MODIFICATION
34 -- Ram 35 Blast Media Cabinet with Accessories
- Notice Date
- 9/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332813
— Electroplating, Plating, Polishing, Anodizing, and Coloring
- Contracting Office
- Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
- ZIP Code
- 79607-1581
- Solicitation Number
- RAM_35_Blast_Media_Cabinet
- Archive Date
- 10/12/2012
- Point of Contact
- Sean A. Williams, Phone: 3256961086
- E-Mail Address
-
sean.williams2@dyess.af.mil
(sean.williams2@dyess.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is issued for Request for Quotations (RFQ) #F1R25A2236A001. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-61. The NIACS Code is 332813 with a size standard of 500 employees. The purchase will be for an RAM 35 Blast Media Cabinet. Dyess AFB has the following requirements: 1). Complies with the American Conference of Government Industrial Hygienists (ACGIH)Section 10.80.1 figure VS-80-2. This requires 20 air changes of ventilating air per minute in the working compartment. For a 60in wide x 48in deep x 36in high working compartment, this requires 1,200 CFM of ventilation. 2). Certificate signed by a graduate Mechanical Engineer stating the system has been tested with pitot tube instrumentation (or equivalent) at the factory and complies with ACGIH requirements of 20 air changes per minute. 3.60in wide x 48in deep x 36in high working compartment with a).Two 43in wide x 30in high doors b). Black interlocks to prevent blasting with doors open c). One piece heavy-duty operator protective gloves d). Explosion proof four-tube fluorescent light fixture providing 200 foot-candles of lighting at the floor of the blast enclosure 4.)15in high x 30in wide operator viewing safety glass window. Window is secured by hand tightened knobs squeezing the window frame and window against a gasketed surface. For operator safety, the window and seal are guaranteed to be leak proof. 5.) 1,200 CFM media reclaimer with two stage cyclone separator/air wash, vibrating screen, 1.5 cubic foot media storage hopper 6.) Centrifuge with 7in diameter inlet and 8in diameter outlet. 7.) Blast on/off is controlled by the operator foot pedal. 8.) Both the primary and HEPA filters are on the suction side of the blower, assuring safety because no dust is under positive pressure, prevent dust blow-out. 9.)Dust is automatically deposited into a 55-gallon drum. The machine has a locking handle/drum cover mechanism that allows operators to simply lift and lock. CLIN 0001: RAM 35-ACGIH high production dry stripping cabinet with media reclaimer part # 494-707-49 or equal (1 EACH) CLIN 0002: HEPA filter attachment for the RAM 35-ACGIH part # 470-001-25 or equal (1 EACH) CLIN 0003: RAM 35 gloves Part Number: 478-014-07 or equal (2 EACH) CLIN 0004:Media, Aluminum Oxide 120 Mech, 50Lb, $109.85 or equal (2 EACH) CLIN 0005: Ground freight/package and crating to Dyess AFB (1 EACH) Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: 52.211-6, Brand Name or Equal; 52.225-13, Restrictions on Certain Foreign Purchases; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; Clause at FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-42, Statement of Equivalent Rates For Federal Hire; FAR 52.232-18 52.232-18 Availability of Funds. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. Offers are due to: 7 CONS/LGCB, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-4078, by 24 September 2012 no later than 1300 hrs CST. Please contact A1C Sean A Williams by telephone (325-696-1086) or by e-mail (sean.williams2@dyess.af.mil) with any questions. Offerors shall comply with 52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Govemmentwide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. Lack of registration will make an offeror ineligble for award. Offerors may register by calling 866-606-8220, or via the Internet at www.sam.gov System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/RAM_35_Blast_Media_Cabinet/listing.html)
- Place of Performance
- Address: DYESS AFB, DYESS, Texas, 79607, United States
- Zip Code: 79607
- Zip Code: 79607
- Record
- SN02898521-W 20120927/120926003437-241b29b945c15381ad3eb90156c9726c (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 |