SOLICITATION NOTICE
36 -- Sponge Blasting Equipment
- Notice Date
- 3/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- Q11PX00283
- Response Due
- 4/14/2011
- Archive Date
- 3/27/2012
- Point of Contact
- Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q11PX00283 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 333298; the size standard is less than 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-50. This procurement is a commercial item. The estimated magnitude of this procurement is between $40,000.00 to $50,000.00 In accordance with Federal Acquisition Regulation Chapter 19.5 Set-Asides for Small Business, the Government shall set-aside all procurements with a dollar threshold greater than $3,000 but not over $150,000 to be set-aside for, small business concerns. This procurement is 100-percent set-aside for, small business concerns. To confirm if your firm is a small business concerns, search the web at http://www.sba.gov/content/table-small-business-size-standards. The work of this project shall consist of providing all equipment sponge blasting graffiti from wood. The National Park Service has a requirement for a sponge blasting system. The system shall be used to abrasive blast metal and concrete surfaces, wood surfaces, recycle the used media, and allow for the reusable portion of the media to be returned to the system for further use. The system shall be able to remove graffiti from rough wood surfaces without etching the surface and/or any adverse effects. For portability, the components shall be mounted on caster wheels, two swivel casters for steering and one of which locks for stationary operation. The system will be brand name or equivalent to a Sponge-Jet model 400 Feed unit and Sponge Jet Model 35P Pneumatic Classifier or an offering of equivalent capability. The system will be complete with all components required for use (i.e. hoses, fittings, blast hood, capes etc.) except media. The entire system will operate from a user supplied air delivery unit. The system will operate on a 125 psi, 750 CFM air supply. There will be no electrical supply required for operation. The system will consist of a feed unit with lid and a recycler/classifier unit. A 50' long, flexible whip line 1-1/4" blast hose with a 1/2" nozzle, dead-man handle switch and twin line will be included. Quick disconnect fittings and heavy duty mounted casters also to be included. Length 51" x width 36" x 72" height. The system will have a Control panel with a single action emergency stop button, main air supply pressure gauge, blast pressure gauge, media supply pressure gauge, blast and media feed pressure regulator and a main air supply ball valve at a minimum. The feed unit will have at least 14 cu ft of vessel volume with a pneumatic, auger-based abrasive delivery system to control the quantity of abrasive mixed into the air stream with a comprehensive operator control panel for the monitoring and adjustment of media feed rate, blast pressure and line pressure.. The pressure vessel shall be ASME compliant or equal, protected with an appropriate pressure relief valve. The recycler/classifier unit will process a minimum of 10 pounds of sponge per minute. It will separate the used material via screens into large waste, small waste, and reusable media. It must reject any material larger than the sponge media that could pose a hazard. It will be pneumatic in operation, 33" in length, 33" in width and 48" in height. Weight 300#. Will operate on 40 psi (2.8 Bar) air supply. Also included will be 2 sections of air hose, 1-1/2" x 50' with fittings and two sections " x 50' air hose with fittings. Any proposal of an alternate system must be accompanied by a complete set of support documentation to support an engineering evaluation of the offer. The system must utilize media that consists of encapsulated abrasive material. Conventional sand or grit blasting equipment is not acceptable and will not be considered. System will be priced FOB destination. Any proposal of an alternate system must be accompanied by a complete set of support documentation to support an engineering evaluation of the offer. The system must utilize media that consists of encapsulated abrasive material. Conventional sand or grit blasting equipment is not acceptable and will not be considered. System will be priced FOB destination. No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer; The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated; The contractor shall warrant all parts and labor for a period of two (1) years from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: Please state delivery time on quote, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-14, Limitations on Subcontracting, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-1 Buy American Act - Supplies, FAR 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act,, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.211-6 Brand Name or Equal. For full text of FAR Clauses, the web site address is www.arnet.gov. The Government will award to the responsible offeror based on the price. The Government reserves the right to award to the offeror providing the best value to the Government. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 11:00 am EST April 14, 2011 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720 CALL FOR CONFIRMATION. Quotes may be emailed to keith_boockholdt@nps.gov. All responsible sources may submit a quote which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q11PX00283/listing.html)
- Place of Performance
- Address: Area of Triangle VA
- Zip Code: 221721633
- Zip Code: 221721633
- Record
- SN02410928-W 20110330/110328234454-05e2ec2be01db9b1c8063ea2ac45cb94 (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 |