Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

54 -- Pre-Assembled Blast Room

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-05-T-0015
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS CURRENTLY UNFUNDED AND MAY OR MAY NOT BE FUNDED.OFFERORS MUST MAKE QUOTES GOOD THROUGH 30 SEP 2005 TO QUALIFY. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR 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. FA4621-05-T-0015 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-05. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 332813. Size standard is 500 employees. If you are interested in attending a site visit to be held 08/15/05 at 11:00 a.m., please contact Brad Willis not later than 3:30 on 08/11/05. McConnell AFB KS plans to acquire the following items: One (1) each Clemco Pre-Assembled Blast Room or equal. One (1) each installation and utilities. One (1) each Carbon Monoxide alarm package. Blast room must consist of the following major components: Blast Room Equipment; Media Recovery Floor System; Media Cleaning/Recycling System; Pressure Blast Equipment; Operator Safety Equipment; Dust Collection System; Electrical Control Panel. In addition, the following salient characteristics apply: must be ventilated and illuminated for enclosed abrasive blasting, must be fully sealed, dust tight, all steel structure. Enclosure should have no areas other than floor for capture of airborne media or dust. Must have pneumatic recovery floor system rated at 1200 CFM with no moving parts and entire recovery floor must be covered by steel grating which is easily removable and designed for 2,000 lb/sq. ft. Pressure blast equipment machine will allow for automatic filling of media when the vessel is depressurized. Machine should also be fitted with remote control valves that allow the operator to start and stop the blasting process from the nozzle, or automatically should the operator drop the nozzle. Dust collection system should be of a dry cartridge type with continuous on-line cleaning via high velocity compressed air jets. One (1) 55 gallon dust drum will be provided. INTERIOR DIMENSIONS: No less than 7 feet wide, 14 feet long, and 8 feet high. Ventilation velocity should average 50 feet per minute; exhaust must be vented to the outside. Wall panels will be fabricated from 10 gauge galvanized steel, while celing panels will be fabricated from 16 gauge galvanized steel. Doors will be hinged to expose entire width dimension when opened. Blast room will also include a personnel door measuring approximately 2 feet 6 inches by 6 feet 8 inches and will include a safety interlock switch. Lighting: One (1) light module consisting of four (4) 40 watt, 48 inch fluoresscent lights will be provided for each 30 square feet of roof area. All OSHA, NFPA, and military standards must be observed for aircraft hagars and military installations. Sprinkler/fire suppression system must be included and must be compatable with existing sytem. Doors and walls will adhere to 1 hour fire rating. For additional specifications please contact Brad Willis via e-mail at brad.willis@mcconnell.af.mil. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR clause 52.232-18, Availabillity of Funds, applies to this solicitation. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:00 p.m. Central Standard Time 26 August 2005. Offers can be faxed to Brad Willis at 316-759-1411 or e-mailed to brad.willis@mcconnell.af.mil.
 
Place of Performance
Address: McConnell AFB, KS
Zip Code: 67221
 
Record
SN00864574-W 20050810/050808212102 (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.