Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102

FISC Jacksonville-Kings Bay Det, 930 USS HUNLEY Ave Rm 214, NAVSUBASE Kings Bay, GA 31547

49 -- WET ABRASIVE BLAST UNITS SOL N46450-98-R-0019 DUE 060298 POC Bill Reid, Contract Specialist, 912-673-2001, x9333, Facsimile Machine Number 912-673-3776. THIS IS A COMBINED SYNOPSIS/SOLICITATION/ORDER FOR COMMERICAL ITEMS. SOLICITATION ISSUE DATE 21 MAY 98.OFFER DUE DATE 98 JUN 02,2:00 P.M. EST. ISSUED BY FISC JACKSONVILLE KINGS BAY DETACHMENT 930 USS HUNLEY AVE RM 214,KINGS BAY,GA 31547. THIS AQUISITION IS SET ASIDE 100 % FOR SMALL BUSINESS. SIC 3569. SIZE STANDARD 500 EMPLOYEE. DELIVERY REQUIREMENT IS FOB DESTINATION. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1,52.212-4,FAR 52.212-5 AND FAR 52.232-33. THE REQUIRED DELIVERY DATE IS 1 JULY 98. NO SOLICITATION WILL BE ISSUED. TRIDENT REFIT,KINGS BAY REQUIRES 4 EACH, WET ABRASIVE BLAST UNITS.1.0 General-Four Portable,skid mounted,wet abrasive blast units, Model No. 320U,as manufactured by Torbo Tech,Inc. The purpose of each unit is for removing lead contaminated paint in an open Dry Dock environment. This equipment is required to control the emission of fugitive dust and to minimize the generation of hazarous waste. 2.0 Salient Characteristics-2.1-Adaptability-The abrasive Blast equipment shall be adaptable to permit the removal of surface coatings without damage to the base material.The base material will range from steel to fibrous glass.Adaptation of the blasting action will be accomplished by air pressure regulation and abrasive selection. The air pressure shall be adjustable over a range of 30 to 110 PSIG. The equipment must permit the use of multiple abrasive types,which range from 7 to 120 mesh size.Each Blast unit shall include,as a minimum:A.Skid Mounting,B. Blast Pot,C.Rust Inhibitor Injection,D.Remote Control,E. Utility Connections.2.1.1 Skid Mounting- The skid shall be complete with Forklift tines for transporting the unit fully loaded with abrasive material using a Forklift (10,000 pound capacity),and four(4) padeyes (or eyebolts) for lifting the unit fully loaded with abrasive material using a crane.The weight capacity of the padeyes must be certified and a copy of the certification must be provided with each manual. Both the empty weight and the full weight of the unit must be painted on two opposite sides of the skid and be readable from a distance of 10 ft.2.1.2 Blast Pot- The Blast Post shall be ASME certified with an allowable vessel pressure of 175 PSE and a minimum capacity of 11.3 cubic feet. The Blast Pot shall have an access opening large enough to allow maintenance personnel to clean out the interior of the pressure pot. Mixing of abrasive material with water shall occur in the Blast Pot so as to ensure 100% wetting of the abrasive, and to permit reusing wet abrasive. Water use rate shall not exceed 25 gallons per hour during blasting operations. 2.1.3 Inhibitor Injection-Injection ration of liquid rust inhibitor to water will be adjustable to accommodate various manufactures. On/Off controls will permit selection of inhibitor injection during wet/air and water/air evolutions. Remote Control-The Remote Control unit shall be designed to attach to the blast hose ( A minimum of 225 feet from the blast unit) and provide independent adjustment and control of abrasive/water mixture ratio,water and air. The Remote Controls shall permit a single operator located at the end of the blast hose to select one of (4) functions: wet abrasive/air,water/air,air only,and on/off pressure to the blast hose. The Remote Control circuits shall operate on a circuit of 12 volts DC or less derived from isolation transformer(s) integrated with the equipment. 2.1.5 Utility Requirement-Utility connections to allow connection 10 120 PSIG air, 60 PSIG water, and 110 AC electric sources. The air inlet supply to the unit shall have an oil/water separator to stop contaminated air from clogging the valves inside the unit. Abrasive hose used with the unit shall be 1-1/2 inches in diameter.3.0 Technical Data-3.1 Manuals,Drawings and Schematics-Each piece of equipment will require four (4) identical of manual,drawings and schematics covering operating instructions,maintenance instructions,parts breakdown schematics,electrical schematics,lubrication points and parts list showing part numbers. All technical material(including fold up schematics and drawing) must be bound and/or held together by loose leaf binders. All technical material must legible and not requie magification to read. For each piece of equipment, three (3) sets shall be shipped to Trident Refit Facility, Code 341, Naval Submarine Base,Kings Bay, GA 31547. 3.1.1 Suggested Parts List-Suggested Parts list to cover maintenance and servicing during first year of operation showing price and availability shall be included with each manual .3.2 Nameplate- A corrosion- resistant nameplate shall be securely attached to the outer surface of the equipment and must be visible from the operator's position. The captions listed may be shortended or abbreviated,provided the entry for each caption is clear as to its identity.Nomenclature,Manufacturer's Name, Manufacturer,s serial number,Date of manufacture and Contract Number.3.3 Lubrication Plate- A lubricitation plate or chart shall be securely attached to the equipment . If a chart is furnished, it shall be placed in a transparent plastic folder or liminated between clear plastic permanently sealed sheets. The following information shall be furnished on the chart or plate. Point of application,Service interval, Type of lubricant,Viscosity.3.4 Final Acceptance of equipment furnished shall be made at destination by Code 341 within 7 days after receiving. Acceptance shall be based upon satisfactory completion of examination and test at destination; during tests, cognizant personnel of the receiving activity shall be alert for possible signs of improper performance,malfunction and potential unreliability. 3.5. Shipping Address-Trident Refit Facility,Receiving Officer Code 5321, Bldg# 4027 Naval Submarine Base, Kings Bay, GA 31547.Each offeror shall submit information concerning their past and current performance under government/commerical contracts for efforts similar/relevant to the effort required by this solicitation. Offers shall submit information for contracts performed within the past three years. You may fax your ressponse to this requirement to 912-673-3776,Attn: W. Reid. Award will be made to that responsible offeror submitting the lowest priced, acceptable proposal. The proposal shall be signed by the offeror and have the GAGE Code on Dunn Number and their proposal. See Numbered Note(s): 1. (0141)

Loren Data Corp. http://www.ld.com (SYN# 0292 19980526\49-0003.SOL)


49 - Maintenance Repair Shop Equipment Index Page