Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
SOLICITATION NOTICE

54 -- Pre-Assembled Plastic Media Stripping Facility

Notice Date
6/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
8936-03-T-0148
 
Response Due
7/10/2003
 
Archive Date
7/25/2003
 
Point of Contact
Erin Strand, Contract Specialist, Phone (760) 939-7309, Fax (760) 939-8186, - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186,
 
E-Mail Address
erin.strand@navy.mil, mary.jacobs@navy.mil
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, intends to procure the purchase and installation of a pre-assembled plastic media stripping facility (hereafter referred to as facility). This facility will support ground support equipment and all I-Level aircraft parts stripping and painting operations. The facility shall meet or exceed all current local, state, and federal EPA and environmental regulations. The contractor shall install the facility and provide all labor, parts, and equipment necessary for the installation. The facility shall meet the following specifications: 1. The facility enclosure shall be air tight and equipped with safety interlocks to interrupt the stripping operation if a door is opened. 2. No external door shall leak when the doors are in the closed position. 3. Ventilation velocity must meet industry standards. 4. Interior dimensions shall be a minimum of 7? wide X 13? long X 7? high. 5. Lighting shall be ceiling mounted fluorescent fixtures - one (1) light module for each 30 sq ft (nominal) of roof area. The light module shall be no less the four (4) 40-watt 48? fluorescent lights mounted in a reflector housing. The light module shall be protected and flush with the interior room ceiling. 6. The floor area shall support 1500 lb/ft uniform load capacity. 7. The facility shall contain an external operators station with a fold down surface for handling small parts. 8. Airflow shall be no less than a negative pressure of ?? W.G. at one end of the facility. 9. The facility shall have a self-contained recovery system located in the floor area. 10. The facility shall have a reclaim separation system with no less than a 75% efficiency rating. 11. The facility shall accommodate plastic media. 12. The facility shall have a media flow valve that has a manually adjustable metering function. The wear parts in the flow valve shall be replaceable. 13. Valve operations shall ensure that abrasive flow stops with the release of the handle. 14. Dust collection shall be self-contained and ensure that 95% efficiency is maintained for no larger than 1.0 Micron size particles. All dust collected shall be exhausted into 55 gallon drums for disposal. Filter cartridges shall be installed and provide for servicing. 15. Standard commercial operations and maintenance manuals shall be provided. Three sets shall be delivered with the facility. 16. The facility shall include the following system components: blast room equipment, recovery floor system, cleaning system, pressure blast equipment, operator safety equipment, dust collection system, electrical control panel, H.E.P.A. filter system, and carbon monoxide alarm package. The facility shall be installed in Building 00921 at the Naval Air Warfare Center Weapons Division, China Lake, CA. 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number N68936-03-T-0148 is issued as a Request for Quote (RFQ). The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-11. This procurement is in accordance with FAR Part 13.5 procedures. All offerors shall submit quotations in writing by mail to Commander, Attn: Erin Strand, Code 220000D, Bldg 000982, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100; by fax to (760) 939-8186, or by electronic mail to erin.strand@navy.mil by 1400 local time 10 July 2003. The NAICS Code is 333298 and the Size Standard is 500 employees for this procurement. The purchase order has a DPAS rating of DO. The resulting purchase order will be a Firm-Fixed Price type contract. Offerors shall submit pricing for CLIN 0001 Pre-Assembled Plastic Media Stripping Facility to be installed by the Contractor in Building 00921 at the Naval Air Warfare Center Weapons Division, China Lake. The Contractor shall provide CLIN 0001 in accordance with the above specifications. Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Place of Delivery shall be the Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100. Delivery and Installation shall be completed by 30 September 2003. The following clauses/provisions also apply: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 1998); 52.212-1, Instructions to Offerors?Commercial Items (Sep 1999); 52.212-2, Evaluation?Commercial Items (Jan 1999) (Award will be based on lowest technically acceptable offer from a responsible source); 52.212-3, Offeror Representations and Certifications?Commercial Items (Feb 2000) (Offerors shall include a completed copy of this provision with quotation); 52.212-4, Contract Terms and Conditions?Commercial Items (May 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Feb 2000) (including 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33); 52.233-2, Service of Protest (Aug 1996) (fill-in: Mary Jacobs, Code 220000D, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100); 52.246-2, Inspection of Supplies Fixed Price (Aug 1996); 52.246-16, Responsibility for Supplies (Apr 1984); 252.204-7004, Required Central Contractor Registration (Mar 1998); 52.215-5, Facsimile Proposals (Oct 1997); 252.204-7001, Commercial and Government Entity (CAGE) (Dec 1991); 252.212-7000, Offeror Representations and Certifications?Commercial Items (Nov 1995); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 1999) (including 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037); 252.246-7000, Material Inspection and Receiving Report (Dec 1991); 5252.243-9504, Authorized Changes Only by the Contracting Officer (Jan 1992) (to be completed at award). A Government Technical Assistant shall be named at time of award. A copy of standard commercial warranty shall be included with quotation. The internet address for FAR clauses/provisions is www.arnet.gov/far/ ; for DFARS clauses/provisions is http://www.acq.osd.mil/dp/dars/dfars.html; and for NAPS clauses/provisions is http://www.abm.rda.hq.navy.mil/nap1.html. The anticipated award date is 17 July 2003. Quotations may be submitted via electronic mail at erin.strand@navy.mil or by fax at (760) 939-8186. The POC for this requirement is Erin Strand, Contract Specialist, at (760) 939-7309 by phone, (760) 939-8186 by fax, or erin.strand@navy.mil by electronic mail. All responsible sources may submit a quotation, which shall be considered by the agency.
 
Place of Performance
Address: N/A
 
Record
SN00360349-W 20030702/030630213552 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.