SOURCES SOUGHT
36 -- PAINT SPRAY BOOTH
- Notice Date
- 7/2/2008
- Notice Type
- Sources Sought
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113
- ZIP Code
- 23510-9113
- Solicitation Number
- 21082983JM956
- Response Due
- 7/14/2008
- Archive Date
- 7/29/2008
- Point of Contact
- Jackie A Dickson,, Phone: 757-628-4127, Dawn J Dabney,, Phone: 757-628-4636
- E-Mail Address
-
jackie.a.dickson@uscg.mil, dawn.j.dabney@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. The Department of Homeland Security, U. S. Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, VA and the United States Coast Guard Industrial Support Detachment (ISD) Mobile, Alabama is issuing this notice to identify sources capable of providing a Paint Booth to overhaul Coast Guard Buoys that range in size from 2ft in diameter by 6ft in length to the largest buoy of 9 ft in diameter and 35 ft in length.. The Paint Booth shall meet the following criteria: The booth shall be assembled and supplied with all required materials for operation to the degree that only minor hand tools and lifting equipment are required for assembly and installation. The booth shall be accompanied with a complete comprehensive set of assembly/operating instructions and drawings. All roof penetrations, gas connections, electrical connections, mechanical erection and compressed air piping will be accomplished by the Coast Guard. The working dimensions of the paint booth are 18ft wide X 15ft high X 40ft deep. The crane slot is 1ft wide X 20ft deep from to center. The roof shall be self supporting with full ceiling filtered plenum. The air supply is gas fired heated air make-up unit with recirculation cure Cycle, fresh air intake hood, bird-screen and filters, motorized inlet damper, factory mutual safety rated controls. AMU Access shall be OSHA approved catwalk and guard rail for full air make-up maintenance, caged access ladder. The Pressurized Intake Air Chamber shall be the full ceiling type, filtered, chamber located above booth ceiling, distributing air downward through entire chamber. The Intake filtration shall be high efficiency 20" x 20" tackified media with even distribution. Filter Chamber are to be located along booth side walls with both 20" x20" frames and rolled filter media holders. There should be two (2) stage, two (2) sets of Exhaust filtration. The booth balance shall be automatic speed adjustment with exhaust filter loading. The booth shall include all required exhaust and amu stack and ductwork. All ductwork must allow for clear movement of overhead crane. The booth shall be constructed with 18 gauge galvanized steel panels, pre-punched, flanged for both together construction. Structural steel support structure to self support the booth and air make up unit. The lighting in the booth shall be Class I, Division 2, 48" fluorescent light fixtures, inside access with high efficiency bulbs. Interlocking switch to disable paint stray if fixture is open. 120v T8 ballast. Lighting interlocked with cure cycle. Minimum 100 foot candles 2ft above floor booth. The booth shall have one set of solid bi-fold hinged doors providing minimum opening of 14ft wide x 15ft high. Heavy duty hinges, gasket door or frame. Door interlock switches with variable time delay to shut down spray operation if opened. The Booth shall include Spray solenoid interlocked booth product entry doors and exhaust fan spray cycle interlocked booth product entry doors and exhaust fan spray cycle interlock. The personnel access is four (4) 3" wide personnel access doors with windows to include a Safety prixon panic latch. The main control panel shall be Nema-12 with main breaker disconnect, lockout magnetic motor starter with fuse protection, lighting contractor with fuse protection, exhaust variable frequency drive units, exhaust auto booth balanced with air intake air throughout cure cycle and life of exhaust media. Air make-up temperature selection for booth spray and cure cycles to show setpoint and temperature. High temperature safety shutdown and alarm. Booth balance differential pressure gauge. Visual filter change indicators for both input and exhaust media. The booth shall meet NFPA-33 standards for spray/cure. The necessary assembly hardware inclusive of anchor bolts and exploded view installation drawings. In addition, the contractor shall provide three weeks on-site supervision for assembly and start-up assistance, training, installation supervision assistance with project coordination to aid in booth in stall planning and assembly. Contractors having capabilities to provide the above mentioned Paint Booth are invited to provide information to contribute to this market survey/sources sought notice including specification sheets on proposed items via e-mail to the Contract Specialist at: jackie.a.dickson@uscg.mil no later than COB 18 July 2008. Responses should include the following information: company name, address, point of contact, phone number; business size and disadvantaged, 8(a) or HUBZone status and GSA Contract information, if applicable. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement. A solicitation will be issued shortly and will be synopsized on the Fed Biz Ops Electronic Posting System at www.fbo.gov. When issued the solicitation will appear on the MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html. It is the potential offer’s responsibility to monitor these avenues for release of any future solicitation or synopsis. The applicable NAICS Code is 423830 - Industrial Machinery and Equipment Merchant Wholesalers with a size standard of 100 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/services/contractingopportunities/sizestandardstopics/part121sects/index.html
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff2e6983a1191605b968bf24165c45fd&tab=core&_cview=1)
- Record
- SN01606201-W 20080704/080702221123-ff2e6983a1191605b968bf24165c45fd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |