Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOURCES SOUGHT

41 -- High Vacuum Dust Collection System

Notice Date
12/19/2012
 
Notice Type
Sources Sought
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0083SS
 
Archive Date
12/27/2012
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned small businesses, that are capable of providing High-Vacuum Dust Extraction System. A central, high-vacuum dust collection system to efficiently extract, transport, filter, and contain particulates, dust, smoke, fumes, and debris from grinding, sanding, finishing, welding, and other fume-producing applications is to be acquired. The system must be zoned, piped, and sized for multiple configurations to handle simultaneous dust collecting operations (multiple extraction points). The system shall contain particulates to prevent electrical and mechanical component contamination, capture hazardous materials close to the source, and improve air quality for employees. Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The specific technical requirements are as follows: I. Description of Supplies/Services i. Requirements: 1. Centralized high-vacuum system: a dust collection system to manage simultaneous operations, both stationary equipment connections and convenience- type inlets; major components to include vacuum/filter unit combination, ducting, values, hoses, suction casings, and an electrical panel. 2. Dimensions (max): 6ft (L) x 4ft (W) x 8ft (H) with min footprint possible 3. Construction: two-stage filtration, continuous duty-rated motor, values and ducting rated for high-vacuum conditions, flexible ducts, hoses, and suction casings for multiple configuration arrangements (min 7 extraction points for machines and cleaning outlets) 4. Weight: <1000 lbs 5. Motor: at least 5 hP (3.7 kW), 3-phase, blower for 208/230/460 voltage options; motor disconnect at system 6. Filter: pre-filters, main filter (degree of separation) 99.9% down to 1-3 microns per DIN 24184/3, antistatic, at least 50 ft2 filter area, automatic filter cleaning 7. Noise: <70 dB 8. Airflow: at least 600 SCFM (max flow); 80 in water column (max static pressure) 9. Electrical: non-sparking/thermally protected, energy conserving 10. Accessories: High pressure ductwork and values to support and connect to other equipment requiring general clean-up drops, self-cleaning, noise reduction system, cleaning and replacement filter indicators. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 333413 with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Emmeline.Spaulding@wpafb.af.mil. All correspondence sent via email shall contain a subject line that reads: "FA8601-13-T-0083SS high vacuum dust collection system." If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to AFLCMC/PZIOA, POC: Emmeline Spaulding, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 11:00 AM Eastern Standard Time, 26 Dec. 2012. Direct all questions concerning this acquisition to Emmeline Spaulding at Emmeline.Spaulding@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0083SS/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02952513-W 20121221/121219235112-54c0ce87ddb89e3e86df695ae4f902eb (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.