Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

36 -- Paint Booth and related equipment for use at Corpus Christi Army Depot

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Corpus Christi Army Depot, ATTN: SIOCC-RS-AQ, 308 Crecy Street, Corpus Christi, TX 78419-6170
 
ZIP Code
78419-6170
 
Solicitation Number
W912NW05T0089
 
Response Due
5/24/2005
 
Archive Date
7/23/2005
 
Small Business Set-Aside
N/A
 
Description
The Corpus Christi has a requirement for a paint booth and related equipment. FOB destination to Corpus Christi ARmy Depot. For a complete copy of the RFQ you can email your request to cevans@ccad.army.mil. Following is a description as per the sp ecification. SPECIFICATION FOR PAINT BOOTHS AT THE CORPUS CHRISTI ARMY DEPOT C1 SCOPE C1.1 This specification establishes the minimum requirements to procure and install two new dry filter paint arresting paint booths and one powder coat paint booth for the various Accessory Paint shop locations at the Corpus Christi Army Depot (CCAD). Th e Government shall provide any facility related improvements with in-house labor, contracted facility services, or shall ask the equipment vendor to provide an optional cost for any facility related improvements and have the vendor provide the facility rel ated improvements, if needed. The vendor shall offer as options paint related equipment that may enhance the operation of the paint booths and the overall operation of the Accessory Paint shop. All options shall be selected based on the shops immediate ne eds and available funds. C1.2 CLASSIFICATION C1.2.1 Types of Paint Booths C1.2.1.1 Water Wash Paint Arresting Paint Booths C1.2.1.2 Dry Filter Paint Arresting Paint Booths C1.2.2 This specification shall consider the procurement and installation of paint booths with dry filters to arrest paint overspray. C2 APPLICABLE DOCUMENTS C2.1 The vendor shall conform to applicable sections of the following documents in effect on the date of contract solicitation. C2.1.1 NATIONAL ELECTRIC MANUFACTURER'S ASSOCIATION. ANSI/NEMA ICS 1 - Industrial Controls and Systems. ANSI/NEMA MG 1 - Motors and Generators. NATIONAL ELECTRIC CODE, 1984, Pub #70. (Application for copies should be addressed to the American National Standards Institute Dept. 969, 1430 Broadway, New York, NY 10018.) C2.1.2 OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA). OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA) of 1970 Title 29, Code of Federal Regulations, Chapter XVII, Part 1910, and amendments. (Application for copies should be addressed to the Technical Data Center, Frances Perkins Department of Labor Building, Room N2439, 200 Constitution Avenue NW, Washington, DC 20210.) C2.1.3 AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM-D-3951-98 (STANDARD PRACTICES FOR COMMERCIAL PACKAGING). (Application for copies should be addressed to the American Society for Testing and Materials, 1916 Race St., Philadelphia, PA 19103.) C2.1.4 NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) No. 70 National Electric Code (1990) (Application for copies should be addressed to the National Fire Protection , 60 Batterymarch park, Quincy, MA 02269.) C2.1.5 AMERICAN WELDING SOCIETY (AWS) D1-1-90 Structural Welding Code Steel (Applications for copies should be addressed to the American Welding Society, 550N. W. LeJeune Road, P.O. Box 351040, Miami, FL 33135.) C2.1.6 AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) B31.1-89 Standard Code for Power or Pressure Piping (Application for copies should be addressed to the American National Standards Institute, 1430 Broadway, New York 10018.) C2.1.7 FEDERAL CODES Federal Code 40CFR 63 Subparts GG 63.245 (g) and 63.752 (d)(l) Aerospace Manufacturing and Rework Facility NESHAP C3 REQUIREMENTS C3.1 GENERAL REQUIREMENTS. C3.1.1 All paint booths shall be used to top coat and prime component helicopter parts with MIL-PRF-23377 epoxy, MIL-C- 46168 polyurethane, MIL-PR F-22750 epoxy, and other specialty coatings that cure via a chemical reaction or via air drying. All paint booths shall also be able to use specialty coatings that require high temperature, extended time, or multiple baking cycles such as Hi-temp aluminum, Dry film lube, Synthetesine enamel #200, Blue baking resin, Sermaloy J, Sermetal W, and Teflon coatings. Paint thinners will be used in the paint operation also. C3.2 SPECIFIC DESIGN CRITERIA. C3.2.1 Dry Filter Paint Arresting Paint Booths C3.2.1.1 Two conventional dry filter paint arresting paint booths and one powder coat paint booth shall be constructed of 18 gauge AMS-5513 Type 304 stainless steel alloy as a minimum with the internal dimensions of each paint booth having the size listed below plus the features listed in C3.2.1.1.4 below: C3.2.1.1 .1 Replace Small Transmission Shop Paint Booth with a: 12 ft wide (left to right) x 10 ft long (front to back) x 8 ft high paint booth C3.2.1.1 .2 Replace Large Transmission Shop Paint Booth with a 20 ft wide (left to right) x 10 ft long (front to back) x 8 ft high paint booth. C3.2.1.1.3 Replace the Advanced Plating Shop Power Coat Paint Booth with a 4 ft wide (left to right) x 4 ft long (front to back) x 8 ft high paint booth. C3.2.1.1.4 Each conventional dry filter paint booth shall have one exhaust stack with an exhaust motor, exhaust fan, exhaust ventilation filters (enough filters for one change over), chamber, system switches, lighting at a minimum of 100-foot candles (or h igher vendor recommended foot candles).The air exhaust duct shall be designed so as to allow the Government the ability to place sensors in the duct so that these sensors can be connect to the Government computer network for real time monitoring of solvent emission levels. Unless specified to a higher code within this specification, all lighting, switches, motors shall be per code (OSHA, NEC, NFPA as listed in paragraph C2). Filters must meet 99.5 % efficiency at 5 microns. The three paint booths shall be i nstalled in the various Accessory Paint shop locations listed above. C3.2.1.2 The two conventional dry filter paint arresting paint booths and one powder coat unit shall incorporate Magnehelic differential pressure gauges and visual alarms as required by Federal Code 40CFR 63 Subparts GG 63.245 (g) and 63.752 (d)(l) - Aero space Manufacturing and Rework Facility NESHAP. Visual alarms such as a flashing light is an example as to how workers would be alerted when filters become clogged (when differential pressure gauge readings exceed the set point). C3.2.1.3 The face velocity of all conventional paint booths shall be designed for 150 ft/min. This ensures a minimum of 100 ft/min when loading of filters occurs. A vendor recommended change from the 150 ft/min face velocity shall be considered. C3.2.1.4 The new paint booths to be installed in the Accessory Paint shop Transmission location shall mate up with the existing monorail and hoist system. Prior to submitting their proposals, vendors shall visit the site location to collect data. C3.2.2 Accessory Paint Shop Areas C3.2.2.1 The paint areas all have concrete foundations and an area that will house the paint booths. The electrical classification of the areas outside the paint booths shall be considered as Class 1, Division 1 which shall require explosion proof lightin g and electrical panels. C3.2.3 Workload C3.2.3.1 The New Paint Equipment Will Process C3.2.3.1.1 Small to Medium Sized Engine, Transmission, Rotor Head, and Hydraulic/Mechanical Components. C3.2.3.1.1.1 These are units which have been sub-assembled in the Transmission, Rotor Head, Engine, & Hydraulic/Mechanical shops. Units weigh anywhere up to 100 lbs. These units are pushed by hand on portable carts and will be taken to the paint shop. C3.2.3.1.2 Very Large Transmission, Rotor Head, Rotor Controls, & Landing Gear Components. C3.2.3.1.2.1 These are usually co mpletely built up units which have been assembled in the Transmission, Rotor Head, and Rotor Control/ Landing Gear shops. Units weigh generally from 40 lbs. (UH-1 gearbox) up to 1200 lbs (UH-60 main transmission). Large transmission & rotor head units will be placed on large dollies and pulled with a portable forklift to the new paint facility. Smaller transmission, gearboxes, rotor head, and rotor control/ landing gear units will be placed on portable carts or paint stands and pushed by hand to the new pai nt site. C3.2.4 Ergonomic Design C3.2.4.1 Equipment provided to the Government shall be ergonomically designed for the operator(s) to avoid or keep to a minimum operator awkward posture/positions, repetitive motion, force, undue stretching, compression/contact stresses, vibration, tempera ture, and maintaining any of these ergonomic risk factors for an extended period of time. The design shall incorporate operations and maintenance tasks under both normal and emergency situations. C3.3 SAFETY/ FIRE/ENVIRONMENTAL REQUIREMENTS C3.3.1 The Government will provide an area that will have a fire alarm system tied into the Navy Air Stations (NASs) Fire Department. The area will have a water based fire protection system. The area will have an air quality permit from the Texas Commi ssion on Environmental Quality (TCEQ). C3.4 MAINTAINABILITY C3.4.1 The equipment shall be simple and practical to service and maintain as stated in C3.4.1.1 and C3.4.1.2 C3.4.1.1 CCAD operators and maintenance personnel must be able to remove and replace parts without the use of non-SAE special tools. C3.4.1.2 CCAD maintenance teams must be able to adjust valves, calibrate dials, and change filters. C3.5 WARRANTY C3.5.1 A minimum warranty for all parts and labor of one year after date of final Government acceptance shall be included. C3.6 TECHNICAL MANUALS C3.6.1 The following data must be provided by the contractor, in the contractor's format: Rigging Instructions. A Complete Set of Installation Instructions. Assembly and Wiring Diagrams. Five (5) sets of Operational and Maintenance Manuals (which includes calibration instructions). Five (5) separate sets of Preventive Maintenance Manuals. All manuals shall be written in the English language and be provided in hard copies as well as one microfilm version, if a microfilm version is available. A Recommended Spare Parts List of parts that will need replacing within a year. C3.7 NAME AND IDENTIFICATION PLATES C3.7.1 Nameplate: A corrosion resistance metal nameplate shall be securely attached to all new major equipment. The nameplate shall contain the information listed below: Nomenclature. Manufacturer's Name. Manufacturer's Model Designation. Manufacturer' Serial Number. Power Input Characteristics and Rating. Rated DC Output - Volts (under rated load). Rated DC Output - Current (amperes). Compressed Air Requirements. Date of Manufacture. Contract or Order Number. C4 QUALITY ASSURANCE PROVISIONS C4.1 ACCEPTANCE CRITERIA. The paint equipment and associated equipment shall be subject to the following acceptance criteria: C4.1.1 Preliminary Acceptance. After award of the contract and within 30 days, the contractor shall submit a complete configuration drawings of the proposed project to the Contracting Officer Representative (COR) for approval. CC4.1.2 Inspection of Components. An inspection of all system components for defects and damage shall be conducted by the COR upon arrival at CCAD. C4.1.3 Final Acceptance. C4.1.3.1 Upon completion of the installation of the paint booths and associated equipment, the contractor shall demonstrate that all the system components are functioning as specified. C4.1.3.2 The contractor shall provide a written certificate of conformance that the main unit and associated equipment meets the noise and ventilat ion requirements of the specification. C4.1.3.3 The Government shall take sound readings at several points around the major units with the system in operation to ensure that readings are consistent with acceptable OSHA criteria. C4.1.3.4 The noise level at the painting position shall be measured to ensure the noise level within and around the various paint booths is not in excess of 80 decibels. C4.2 FAILURE OF EQUIPMENT TO MEET STANDARD PERFORMANCE: C4.2.1 If the new equipment and facility changes fail to perform as specified, the Government will have the authority to terminate the contract and request the removal of the equipment and enclosure. Termination will be in accordance with the Default c lause of FAR Part 52.249-8 (Fixed-Price Supply and Service). C4.3 After completing the training and receiving all technical manuals specified, final acceptance will be granted by the COR and Quality Assessment personnel. C5 PACKING C5.1 SHIPPING. All the components shall be packaged and shipped in accordance with Commercial Standard number ASTM D-3951-98, Revised. C6 TRAINING: C6.1 The contractor shall be responsible for providing a minimum of sixteen (16) hours of on-site (CCAD) training for the new paint equipment. Training hours shall be between 7:00 AM and 3:00 PM, Monday through Friday, excluding Government holidays. T he number of personnel to be trained shall be at least six (6). C6.2 The contractor shall provide training in all phases of the new equipment including operational/ maintenance/ calibration procedures and troubleshooting. This training shall thoroughly familiarize the personnel with all operating procedures necessar y to fully utilize and maintain the new equipment. Training shall include the interface of mechanical, electrical, and pneumatic systems. Training shall cover the basic guidelines, painting equipment, electrical controls and how they function. Training sha ll also cover maintenance, including filter changes and the frequency of filter changes. C6.2 EQUIPMENT AND MATERIAL SPARE PARTS: C6.2.1 Interchangeability. All replaceable parts shall be constructed to manufacturer's standards, tolerances, and clearances in order that a particular type or model may be replaced or adjusted without requiring modification. All such parts shall be lab eled with the manufacturer's part number. C6.3 OTHER CONTRACTOR RESPONSIBILITIES C6.3.1 The contractor shall provide a certificate of calibration on calibrated components. C6.3.2 The contractor shall be responsible for the installation of the equipment at the proposed CCAD location. Installation shall be turnkey. C6.3.3 The contractor shall provide utility requirements to the Government thirty (30) days before delivery of the equipment. C6.4 GOVERNMENT RESPONSIBILITIES: C6.4.1 Government riggers shall unload the crated hardware from the delivery truck and move it to the proposed locations. The contractor will uncrate, assemble and install all systems associated with the project.
 
Place of Performance
Address: Corpus Christi Army Depot ATTN: SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
Zip Code: 78419-6170
Country: US
 
Record
SN00791111-W 20050421/050419212204 (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.