Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2011 FBO #3494
SOLICITATION NOTICE

49 -- Chassis Mounted Blast System

Notice Date
6/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611TP047
 
Response Due
6/27/2011
 
Archive Date
7/27/2011
 
Point of Contact
Angela Little 252-466-4415
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC has a requirement for two chassis mounted blast systems. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-11-T-P047 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 and Defense FAR Supplement (DFARS) Publication Notice DPN 20110608 This acquisition is 100% small business set-aside. The North American Industry Classification System code 333999 with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following item: Item 0001 2 each Chassis Mounted Blast System PURCHASE DESCRIPTION FOR A CHASSIS MOUNTED BLAST SYSTEM 1. SCOPE: Two (2) Chassis Mounted Blast Systems used for blasting Magic Type 8 size 30/60 media. The blast system will be used in Building 137, Shop 93113 at the Fleet Readiness Center (FRC) East, Cherry Point, NC. 2. GENERAL: Each blast system will replace an existing blast system that is too small and doesn t allow sufficient blast time prior to the blast pot running out of media. Some of the typical parts blasted are fiberglass cowlings and in-takes, AV-8B composite doors, and V-22 props. 3. APPLICABLE DOCUMENTS: While every effort has been made to ensure completeness of the list, the contractor is cautioned that they shall meet all of the specified requirements using acceptable industry standards. It is the contractor s responsibility to make sure the latest edition is used. OPNAVINST 5100.23 (latest Edition) Hearing Conservation and Noise Abatement Chapter 18. 29 CFR 1910 (latest Edition) Occupational Safety and Health Standard (OSHA). 4. ESSENTIAL CHARACTERISTICS: 4.1 System Details: The minimum requirements for each blast system are: a.Shall be capable of addition blasting at maximum of 25 psi nozzle pressure and a steady, typical blast pressure of approximately 18 psi. b.Minimum 10.5 cubic foot, ASME rated pressure media blast vessel. Pressure vessel shall include a 110 Volt interlock solenoid, sight glasses, an exhaust valve and any other features required for a blast room. c.Minimum 10.5 cubic foot media storage hopper. d.Tunable media reclaimer with a minimum 800 CFM. Shall include a metal flange on the entrance to the reclaimer for flex hose attachment. e.Shall include a dust collector for debris collection. f.Dust collector shall capture a minimum of 99% of particles one micron and larger. g.Dust collector shall have an automatic photohelic pulse control for auto-cleaning of the filters. h.System shall include an HEPA after filter. i.Shall include a magnetic particle separator to remove magnetic particles from recycled media. j.Shall include an exhaust silencer and damper. k.Line pressure, blast pressure, media flow, and any other controls located in a central panel easily accessible by the operator. l.1 blast hose with all couplings, minimum 50 foot. m.Silicon carbide blast nozzle, . n.Two (2) floor level sweep-in recovery troughs with end mounted metal flange for attaching flex hose. Each trough shall be a minimum of 3 foot long, not to exceed 8 foot long. o.Minimum 4 diameter flex recovery hose, minimum 25 foot long per trough. p.Blast system motors shall operate from 480 Volt, 3 phase, 60 Hz power. q.Blast system and all components shall fit within an area 11 wide by 6 deep by 14 tall. The system shall sit on top of a structural steel, welded and reinforced chassis for easy movement of the entire system. Chassis shall include cut-outs for forklift transport. 5.0 BLAST SYSTEM ADDITIONAL REQUIREMENTS: 5.1 Warranty: Equipment shall be covered with the manufacturer s standard commercial warranty. 5.2 Safety: This equipment shall comply with all applicable Occupational Safety and Health Standards per 29 CFR 1910. In addition, this equipment shall not exceed 84 dB (A) noise level in accordance with Hearing Conservation and Noise Abatement Chapter 18, OPNAVINST 5100.23 (newest edition). 5.3 Lockout / Tagout: A single point disconnect for lockout / tagout shall be provided for each system, as per 29 CFR 1910.147. A written procedure for locking out all energy sources shall be provided in accordance with 29 CFR 1910.147. 5.4 Technical Manuals: Two (2) sets of printed technical manuals and one (1) electronic set on CD-ROM shall be provided. Documentation shall include at a minimum: operations, installation, maintenance, preventive maintenance, illustrated parts break down, recommended spare parts list, vendors literature, mechanical schematics and electrical/electronic schematics. The technical manuals shall provide a best practice approach to the preventive maintenance actions. Tasks shall be clearly defined, include all special options and specify periodicity. Size, quantity and types of filters, belts, lubricants, etc. shall be noted. All technical data furnished shall be written in the English language. 5.5 Utilities: The Government will provide 20 scfm at 90 psig clean dry air from the plant air system. The blast system shall be able to operate off of this air supply. 5.6 Installation: The Government will be responsible for a complete turn-key installation of the new skid mounted blast systems. The contractor shall provide all installation instructions and drawings required for the Government to successfully install the new systems. 5.7 Delivery: The blast system shall be delivered no later than 8 weeks after contract award. 5.8 Performance and Acceptance Testing: The contractor shall provide a copy of their standard test procedure and quality assurance check list to the Government at least 30 calendar days prior to delivery of the equipment. The Government will complete acceptance testing on the new blast system after completion of installation. This includes verifying the operation of the blast system, dust collector, recovery system and all other features of the blast system. In addition, this testing shall include six (6) hours of blasting various aircraft parts at up to a maximum of 25 psi nozzle pressure, typical blast pressure will be around 18 psi. The blast system shall be visually examined for design, construction, materials, components, electrical equipment and workmanship to determine compliance with the requirements of this purchase description as well as to determine none of the components were damaged during shipment. The contractor shall correct all issues or damage identified. Testing shall include performance of tests to ensure that all safety features including fail-safe devices, interlock switches, etc are installed and are functioning properly. Testing shall begin within five (5) days after completion of installation and be complete within five (5) days after start of testing. All testing shall be conducted during normal work hours (6:30 am to 3:00 pm), Monday through Friday and shall take no longer than three (3) working days to complete. During the course of the test there shall be no break downs or media leaks from the blast system or its components. If a break down or leak occurs the contractor will be notified to repair the system as appropriately. In addition to the blasting, the waste will be inspected to ensure it is appropriately separating good media from the waste media. 5.9 Training: The contractor shall provide a minimum of one (1) eight (8) hour day of training for operators and maintenance. Training shall cover all aspects of operation of the blast system as well as troubleshooting and regular maintenance tasks. 5.10 Ship Equipment to: Receiving Officer Attn: William Cohen, (252-464-8251) Cunningham St. Bldg. 159, Bay Door R4 MCAS Cherry Point, NC 28533 0021 252-464-8251 The delivery requirements are FOB destination and are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. Required delivery shall be eight (8) weeks after contract award. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: The basis for award will be best value. The Government will make a best value determination based upon the quoter s ability to comply with the technical specifications listed in this RFQ, delivery, warranty, past performance, and price. A. BEST VALUE NON-PRICE CRITERIA: The ability to meet the Technical Specifications Delivery within eight weeks after contract award Warranty period of a minimum one (1) year Past Performance Price B. ADDITIONAL INFORMATION: a. All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to award without further discussion. The Government prefers FOB Destination pricing. b.The Contractor shall provide a fully functional product upon delivery. c.It is the Government s intent to issue a single award to satisfy this requirement. d.All items will be identified separately within the quote. C. Warranty: Equipment shall be covered with a standard manufacturers (1) one year parts from installation of equipment with no hourly limits at FRC East. D. QUOTER INSTRUCTIONS: 1. Quotes shall address all characteristics listed in Technical Specifications. The vendor s technical quote shall include a statement demonstrating the vendor understands and will comply with all requirements set forth in the Technical Specification(s). Quotes shall include: a.Complete description of quoted item with warranty information, product literature and pictures. b.All shipping costs. It is the Government s preference for all pricing to be FOB Destination. c.Vendors CAGE Code and Tax ID Number. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. 252.211-7003, Item Identification and Valuation, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alt A, Central Contractor Registration, 252.225-7001, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractor, 252.232-7010, Levies on contract Payments, 252.243-7001, Pricing of Contract Modifications FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payment Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, 27 June 2011. Point of Contact: Angela Little, Contract Specialist, Phone 252-466-4415, Fax 252-466-8492, Email angela.f.little@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611TP047/listing.html)
 
Record
SN02475778-W 20110619/110617234457-efae4027347602b89e5877c25a0a41fd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.