Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
MODIFICATION

J -- Repairs and Modifications to 2 (each) spray paint booths and equipment

Notice Date
6/13/2005
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
FA4427-05-Q-0035
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Point of Contact
Jessica Stringer, Contract Specialist, Phone 707-424-7744, Fax 707-424-2712, - Rodney Alcantara, Contracting Officer, Phone 707-424-7727, Fax 707-424-0288,
 
E-Mail Address
jessica.stringer@travis.af.mil, rodney.alcantara@tavis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1-**STATEMENT OF WORK: UNDER 'REQUIRED MODIFICATIONS/REPAIRS', PARAGRAPH 6, MEASUREMENTS ARE CHANGED FROM 20 INCH 50 HORSEPOWER TO 48 INCH 50 HORSEPOWER.** -ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement number FA4427-05-Q-0035, is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 and Defense DCN 20050606. The solicitation/acquisition listed here is 100% small business set aside. The Federal Supply Class (FSC) is J099. The associated Standard Industrial Classification (SIC) is 3599. The North American Industry Classification System is 333319 and the associated business size standard is 500 Employees. This request for quotation consists of the following: Item 0001: Service and general repairs to two (2) each spray paint booths and equipment as stated in the attached Statement of Work. The applicant must comply with all requirements of the Statement of Work stated below. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) to this provision is completed as follows: ***Award will be based on Price and Delivery Schedule***. FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Contractor must ensure annual reps and certs are current or complete them at http://www.bpn.gov/orca/. Please self-certify ORCA registration. FAR 52.212-4, Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items include clauses (a)(1), (2), (b)(5), (8), (11), (12), (13), (14), (16), (17), (18), (19), (20), (22), and (31). FAR 52.204-7 CCR, FAR 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires use the following fill-in: Employee Class: Engineering Technician III, Monetary: GS-5, Wage-Fringe Benefits: $14.95. FAR 52.222-43 Fair Labor Standards Act and Service Contract Act (Multiple Year and Option Contracts), FAR 52.247-34 F.O.B. Destination, FAR 52.253-1 Computer Generated Forms. FAR 52.252-2, Clauses Incorporated by Reference-use following fill-in: http://www.arnet.gov/far, FAR 52.252-6, Authorized Deviations in Clauses-use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001(Dev) Contract Terms and Conditions, DFARS 252.204-7004 (Alt A) Required Central Contractor Registration, DFARS 252.232-7003 Electronic Submission of Payments Request, DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.bpn.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or FAX to (707) 424-2712 and are to be received at the 60th Contracting Squadron no later than 4:30 PST on 16 June 2005. Quotes must be valid for 60 days. The point of contact for this solicitation is Jessica Stringer, Contract Specialist, (707) 424-7744, jessica.stringer@travis.af.mil. ***Statement of Work for Modification and Repair to (2) paint booths*** Scope The primary objective of this Statement of Work is to provide an outline of the modifications to be performed and repairs needed to return the two paint booths to a fully functional condition. Travis AFB, Bldg 803 o Paint Spray Booth, 2 each Basic Services The vendor will be required to perform all modifications, repairs, or service to the two locally manufactured paint booths? current exhaust ventilation systems, which are not performing to the requirements of the shape and size of the booths. The current design of the paint booths and filter systems do not allow for the proper volume of air flow and filtration required to protect the carbon filter bank from dust contaminates. In addition, the make-up air is overpowering the exhaust air and pushing the entry doors open. Booth description The current design of the two paint booths are shown in the attached pictures along with this description. The booths have two man doors each on either side, for a total of four personnel entry points. Each end of the paint booth has a double bi-fold door that goes from floor to top of the booth. Each booth has an overhead carbon filter bank containing a total of 40, 20? X 20? filters each. The current particle filtration system is single stage with a carbon filter bank at the end of the line and a total of 28- 20? x 20? exhaust filters each at the front of the system (14 on each side) per booth with the ducting on the outside of the booth running up the side walls to the carbon bank. The banks are exhausted by a 20 horse 3 phase 2 speed 20? exhaust fan on each of the two carbon filter banks. Each booth has airline regulators and connections at all four corners. Each booth is equipped with an overpressure / heater fan system placed on top of its respective booth. Along the side walls are 4? florescent lights (see pictures for details). The booths are constructed of galvanized steel. Booth #1 is 15 feet wide, 36 feet long and 24 feet high; booth #2 is 15 feet wide, 46 feet long and 24 feet high. Both are attached to a concrete floor. Required modifications/ repairs The four man doors need a new latch similar to a walk-in freezer style, as shown in one of the attached pictures. Heavy duty The overhead carbon filter banks containing a total of 40 each 20? X 20? will need to be emptied and new carbon placed in these filter boxes. The booths will require a complete modification of the total number of filters and the ducting system as follows: 56 additional filters to equal a total of 84 per booth need to be installed. All additions to the booths will be made to the outside of the booth as space is limited on the inside walls. Each re-designed filter bank must be of a triple filter design? i.e. a) STAGE ONE a pre filter cloth (rolled over stage two and three) b) STAGE TWO a standard fiber 20 X 20 filter c) STAGE THREE a triple pocket filter Both exhaust motors will be replaced with a new 20 inch 50 horse power motor three phase two speed, vendor provided. Second speed will be slower to allow for heated air flow to be reduced, improving dry time of parts painted. (Old fans and motors are to be used, if applicable, as trade-in-value towards the overall purchase). Additional ducting to be routed for the increase of air flow volume through the exhaust filters. All old ducting to be vacuumed out and waste disposed of using government supplied containers (see ?The Government will provide? for further details). All lighting needing to be moved due to ducting/ filter placement will be relocated. Relocation is required to prevent loss of existing total candle power. Vendor will perform a function test for all equipment upon completion of project. If any work requires deactivating or moving of any fire suppression nozzle/bottle from its current location, vendor will insure all fire suppression systems are in working order. The system is a pressurized dry chemical system. Original vendor for fire suppression was Code Three, located on railroad Ave. Suisun city Ca. 94585 All air lines moved or disconnected will be placed in an appropriate area as required by booth position and filter modification and returned to a working order. Travel The contractor shall arrange and execute all travel necessary for the performance of the requirements in this SOW. The Government will provide: The government will provide containers and disposal for all current hazardous materials created by both paint booths prior the start of any repairs or modifications. This is to include, but not limited to, the paint dust from inside the ducting, all carbon in the carbon filter boxes, current used filters, paper within the booths. In addition, power outlets at 115 volts, lighting and stands and/or platforms (not to include any scaffolding). A single point of contact will be provided to vendor for all modifications to be performed.
 
Place of Performance
Address: Travis Air Force Base,CA
Zip Code: 94535
Country: USA
 
Record
SN00828705-W 20050615/050613211803 (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.