Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
MODIFICATION

34 -- Provide and Install Media Blast Booth

Notice Date
8/11/2005
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-05-T-0140
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Point of Contact
Reginald Taylor, Contract Specialist, Phone (904) 542-1246, Fax (904) 542-1095, - Bethany Germann, Contract Specialist, Phone (904) 542-1000 x175, Fax (904) 542-1095,
 
E-Mail Address
reginald.taylor@navy.mil, bethany.germann@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR Part 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a Request for Quotation is hereby issue and a written solicitation will not be issued. The Solicitation/RFQ Number is N68838-05-T-0140 and closes on 16 August 2005. This procurement is Set-Aside for Small Business. The RFQ and incorporated clauses and provisions are those in full affect through FAC 2005-04 and class deviation DFAR Change Notice 2005-0621. The North American Industry Classification System (NAICS) Code is 332311 and business size standard is 500 employees. The Fleet Industrial Supply Center- Jacksonville, FL is announcing the requirement for the following Line Item 0001: Media Blast Booth, FOB Destination, Mayport Naval Base, FL. Line Item 0002: Site Preparation, Line Item 0003: New Booth Installation. Services will be inspected and accepted at distination (Government location). MEDIA BLAST BOOTH STATEMENT OF WORK 1. GENERAL. This SOW provides for the minimal needs of the Governments for the purchase and installation of a new Media Blast Booth. This project includes the disassembly of an existing media booth and all preparations for the installation of the new booth. The successful offeror shall provide all labor and materials necessary to perform all work necessary to provide a fully operational, turn-key system. 2. BOOTH REQUIREMENTS: Contractor shall provide a new Media Blast Booth that meets or exceeds the following requirements: a. SIZE: Minimum, 12? WIDE X 12? TALL X 15? LONG b. Pneumatic reclaim Trough (Partial recovery, not full floor) c. Complete ducting system (vent and dust collecting) d. Two separate blast generators/pots (capability to manually or electrically switch between two different types of media i.e.. Aluminum oxide 20 grit, walnut shells and/or Mil-A-21380, red garnet). Pressure vessel must meet ASME requirements. e. Heavy duty reclaim system with Cartridge filter dust collector system. f. Install explosion proof strobe and horn from existing CO Monitor. g. Install protective rubber lining 10? high from floor inside the booth (with exception of Doors) h. Install personnel door with window, approved ceiling lights and OSHA approved interlocks on work and personnel doors. i. NIOSH approved operator blast helmet (Bullard with Cape & Breathing Air Filter or equivalent). j. Install maintenance stand and ladder for dust collector filter replacement. k. Provide one breathing airline for the operator helmet, one utility blow down airline and the appropriate sized compressed air line for the blast line inside the blast booth. 3. SITE PREPARATION: Contractor shall be responsible for performing all tasks necessary for the installation of the new Media Booth. Tasks include but are not limited to the following: a. Disassemble and remove the existing 12? wide x 12? tall x 15? long blast booth. Disconnect electrical, mechanical, ducting, and dust collector/recovery system. b. Place disassembled booth and used equipment and material in staging area provided by SERMC. c. Prepare the floor site/foundation and roof penetration for assembly and installation of the new blast booth system using Enclosure (1) as required. 4. NEW BOOTH INSTALLATION: a. Erect/ Install new Blast booth and recovery system. Structures must be self-supporting with no connection to the surrounding facility. b. Electrical connection must be made to existing power. Existing Electrical primary voltage is 480V, 3PH, 60 HZ. c. Connect to existing compressed air line, provide isolation valves and unions as necessary. 5. GOVERNMENT RESPONSIBILITY: a. SERMC will be responsible for disposal of the following: (1) The existing blast booth/dust collector. (2) Hazardous/Non-Hazardous waste generated from the project. b. SERMC will provide a lay down/storage area for used /new equipment and space for trucks/trailers. The Government assumes no responsibility for lost or damage of equipment or materials. Therefore, the contractor shall take all necessary precautions to insure all tools, equipment, and materials are secure. c. The Base Environmental Office will provide Air Permit. 6. CONTRACTOR RESPONSIBILITY: Contractor shall provide the following: a. Training on proper operation and general maintenance. b. Maintenance and operations manuals. c. All warranty documents and information. 9. SITE VISIT: A site visit has been scheduled for 8 August 2005 at 0900 at the SERMC, Bldg 1488, Mayport Naval Base. It is highly recommended that all contractors planning to submit an offer attend this site visit. Contractors attending the site visit need to provide their address, phone number, and person(s) attending in advance of the visit. Base security requires the following for base access; driver license, car registration, and proof of insurance. IMPORTANT NOTICE: DFARS 252-204-7004 Alt A Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES /PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEBSITE ADDRESS: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/vffar1.htm FAR 52.212-1, Instructions to Offeror Commercial Items, NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.212-5 Facsimile Proposals, ? Fax: 904-542-1098, FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm-Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the Best Value to the Government. Price and Past Performance factors will be considered in evaluating the quotation with pricing being the most important. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation, which hasn?t taken exception to the schedule. Quotations which take exception and do not meet the Governments requirement, may be determined to be unacceptable and not considered for award. Offer should therefore, contain the contractor?s best terms from both a technical, delivery, and pricing standpoint. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items- (JAN2005); Incorporated by full text; NOTE: This provision is considered a fill-in. All applicable field must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are herby incorporated by reference or full text as applicable, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 219-14 Limitations on Subcontracting; FAR 222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-May 2002, 252.204-7004 ALT A Required Central Contractor Registration; DFAR 225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; End of Clauses/Provisions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include CLIN 0001 SUBCLIN 0001-01 through SUBCLIN 0001-02. Offerors who do not submit clear specification will be eliminated from competition. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOps, the same as the combined synopsis/solicitation. Quotation information may be submitted electronically via e-mail or fax. Submit quotations to: Fleet and Industrial Supply Center, Jacksonville, ATT: Reggie Taylor, Code 240RT Phone 904-542-1246 or fax 904-542-1098. Address all questions or inquires to the Contracting Officer at 904-542-1246 or email: reginald.d.taylor@navy.mil. Solicitation number: RFQ N68836-05-T-0140 required on all documents and requests for information. Quotes must be received at the Fleet & Industrial Supply Center no later than 4:00 p.m. (EST) on 16 August 2005.
 
Place of Performance
Address: SERMC, Bldg 1488, Mayport Naval Station, Florida
Zip Code: 32228
 
Record
SN00868605-W 20050813/050811212845 (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.