Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
MODIFICATION

49 -- Blast Booth (Beadblaster) and Paint Booth (Spray Booth) installation

Notice Date
8/9/2006
 
Notice Type
Modification
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
Reference-Number-F2Q2016207A100
 
Response Due
8/18/2006
 
Archive Date
9/2/2006
 
Point of Contact
Kenneth Brumfiel, Contract Administrator, Phone 757-764-5125, Fax 757-225-7443, - Steve Pillo, Contracting Officer, Phone 757-764-2930, Fax 757-764-7447,
 
E-Mail Address
kenneth.brumfiel@langley.af.mil, steven.pillo@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to extend the response due date from 4:00 PM (EST) on 9 August 2006 to 10:00 AM (EST) on 18 August 2006. Further, a site visit will be offered on Tuesday August 15, 2006 at approximately 2pm to view the facility, the bead blaster will not be available for viewing, in accordance with FAR 52.237-1 Site Visit. If you plan on attending please notify this office by no later than August 11, 2006. For questions that have been submitted, all answers will be posted in a subsequent amendment. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS REQUIREMENT. 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; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.eps.gov/ Solicitation F2Q2016207A100 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060711 and Air Force Acquisition Circular (AFAC) 2006-0515. This acquisition will be 100% small business set-aside. The North American Industry Classification System (NAICS) code is 327910 with a small business size standard of 500 employees. The 1st Contracting Squadron has a requirement to reassemble a blast booth (bead blaster) unit and provide a new paint booth in accordance with the statements of work provided. The contractor shall furnish all necessary labor, equipment, tools, materials and supplies required to deliver, reassemble, and install the beadblaster to its original working configuration. Further the contractor shall furnish all necessary labor, equipment, tools, materials and supplies required to install a new paint booth. The contractor shall coordinate with EMS staff before commencing work. Place of delivery for acceptance and FOB point will be Langley AFB, VA 23665. The date of final acceptance shall be on 8 September 2006. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items. The clause at 52.212-2 Evaluation of Commercial Items. The evaluation criteria described in section a of the provision will not be used, instead quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The clause at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and the offerror must ensure a completed ORCA is available for download.. The provision at FAR 52.204-8, Annual Representations and Certifications. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contract Registration. The clause ad DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must register in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil . IN ACCORDANCE WITH FAR 52.232.18, FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT’S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. This announcement will close and quotes are due by 9:00 AM (EST) on 7 August 2006. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCS, Attn: Kenneth C. Brumfiel, 74 Nealy Avenue, Langley AFB, VA 23665-2088. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail, email or facsimile. POC: Kenneth C. Brumfiel, 757-764-5125, fax 757-225-7443, or e-mail: kenneth.brumfiel@y@langley.af.mil STATEMENT OF WORK A. SPRAY BOOTH SPECIFICATIONS: - The spray booth needs to be a PSI, Dry Filter Enclosed Type Cross Draft (Spray/Cure) Booth, constructed of #18 gauge galvanized unpainted panels. - The spray booth will have solid bi-fold product door on the front and a solid bi-fold door on the rear. Two personnel access doors with viewing windows on the sides. (1per side) - The booth will utilize a bridge style plenum on the input and exhaust chambers. The plenums will be 24” deep x 48” long and will contain 20”x20”x4” frames. There will be two filter frames on the 48”side and one filter frame on the 24” side. Filter frames will be five high. - The booth will have one (1) Vane-axial exhaust fan with non-sparking blades, complete with 230/460/3/60 TEFC motor (or comparable), adjustable motor base and V-belt drive. The booth will have a minimum calculated face velocity of 125 FPM through empty booth, be arranged for top exhaust and furnished with two draft gauges. - Booth will have model LDPI 390441 (or comparable) fluorescent light fixtures, Class I, Division II hazardous location, dust-tight, ignition-proof, utilizing four 40 watt tubes, with 16" x 48" tempered glass lens and necessary foam tape gasket. - PSI Spray Booths conform to NFPA, UFC and EPA regulations; designed expressly for the removal of particulate matter only. The paint booth conforms to ACGIH duct work design and construction. - The booth will be set up for conventional or airless spray. All booths will be equipped with (1) required air flow switch per each exhaust stack and (1) 1/2” air solenoid valve. Booth model number, dimensions, fan and motor data, filter quantity requirement and qty. of lights are as follows: One (1) Model CDB-12x16x26 Principal Dimensions: Working 15'-8" Wide 12'-0" High 26'-0" Deep Overall 16'-0" Wide 12'-4" High 26'-4" Deep (1) 36" Diameter 10 HP Exhaust Fan @ 0.75" S.P. = 24,000 CFM total (18) Light Fixtures (will give more than 100 foot candle rating) (80) 20x20x4 Filter Frames (40 input & 40 exhaust) (2) 10’ wide x 10’ high solid bi-fold doors (2) 30” x 84” personnel access door w/ window (90 minute fire rated and self closing) Exhaust Stack: Furnish required galvanized exhaust duct to extend six feet above roof as follows: (5) 36" diameter stack x 4’-0" length w/ angle ring connections (1) Roof Curb, Curb Cover, Automatic Exhaust Damper and Motor Cover The spray booth exhaust is arranged for a roof mounted exhaust fan on a curb cover. - SPRAY/CURE MAKE-UP AIR SPECIFICATIONS: The spray booth will have a directly attached air make-up unit with the following specifications: Quantity: 1 Rupp Direct Fired Heater Model No.: CFA-30 or similar Complete with the following: - V2 Vertical Unit Arrangement with Side Discharge - ABB ACH550 VFD (Shipped Loose) - 26,000 SCFM / 0.75 Duct SP/ 1.06 Total ESP/ BHP: 14.50 - Electric Current: 440-480/60/3 3-wire - ETL Label - Outdoor Safety Switch (Disconnect) and Motor Starters - Unit Location: Outdoor Installation - 15 HP Motor - ODP - High Efficiency EPACT - 2,246 BTUH (in 1000's) / 80 Temperature Rise (deg F) - 160 degree F Temperature rise in cure mode - Gas Pressure: 29" to 5# (Natural Gas) - Gas Manifold: ANSI w/2 Solenoid Gas Valves - Temperature Control System: 401M - Maxitrol - External Discharge Damper with 2 Pos Motor and Interlock - * V-Bank Two inch Cleanable Filter - G-90 Galvanized Casing - Unpainted Casing - * Intake Screen - Flame Failure Light & High Temp Limit - Burner On/Off Intake Air Ductstat - * Remote Control Panel with Operating Lights - * Vertical Mounting Stand - Adjustable Drives Discharge Ductwork: · 4 straight duct sections 4’ long · 1 offset · 1 lot duct hangers · 1 wall flashing - AMBIENT DRYING ROOM SPECIFICATIONS: - The ambient drying room provides a controlled environment to reduce contamination of product surface and purge hazardous vapors before migration to plant atmosphere. Principle Inside Dimensions (approximate): Length 14'-0" Width 12'-0" Height 10'-0" General Construction: - The tunnel will be constructed of #18 gauge galvanized unpainted panels, each panel formed with companion flanges pre-punched on 6" centers for bolted assembly. Front of room will be connected to spray booth and will have a solid back wall. - The drying room will have model PSI-115-40 115 volt fluorescent light (or comparable) fixtures, Class I, Division II hazardous location, dust-tight, ignition-proof, utilizing four 40 watt tubes, with 16" x 48" tempered glass lens and necessary foam tape gasket (LIGHT TUBES BY OTHERS). (12) Light Fixtures (2) Personnel access doors will be provided. (90 minute fire rated and self closing) - The drying room will have one (1) Vane-axial exhaust fans with non-sparking blades, complete with 230/460/3/60 TEFC motor, adjustable motor base and v-belt drive. MOTOR STARTERS AND DISCONNECT SWITCHES IN CONTROL PANEL. - Each exhaust fan and stack will have the following capacity: · Fan Size: 18" · CFM: 3,500 · Fan Motor: 1 HP TEFC · Static Pressure:.75" W.C. · Air Changes per Minute: 2.08 changes/min (1) 18” 90 degree elbow (1) set of wall flashing (1) 18” automatic exhaust damper (4) 18” exhaust stack x 4’-0” long - Input Air: Six (6) 20”x20”x4” reverse filter frames will be provide along bottom of the drying room opposite the exhaust fan. - ELECTRICAL CONTROLS: - A UL 508A Industrial Control Panel will need to be provided, of suitable size and configuration, complete with hinged door and fusible door interlocked disconnect switch. Panel to be factory wired and tested, incorporating necessary motor starter(s), operator controls, and required exhaust fan interlock circuitry. Panel to be factory painted and have identification labels. - INSTALLATION OF PAINT BOOTH - Furnishing all the necessary labor, tools, and material required to complete the following : 1. Furnish labor and materials to install wiring to the paint booth and make-up air unit, compressor, and air dryers. 2. Furnish labor and materials (piping and gas regulator) to connect the gas piping to the make-up air unit. 3. Furnish labor to install spray booth, bi-fold doors, personnel doors and light fixtures. 4. Furnish labor to install exhaust fan, ductwork, curb flashing and automatic outlet damper for the above booth. 5. Furnish labor and materials to make a roof penetration for the above mentioned exhaust stack. 6. Furnish labor and materials to install a roof curb for the exhaust stack. Building contractor’s roofer to perform this work. This will allow for the warranty on the roof to remain effective. 7. Furnish and install emergency exit lighting (self luminous with 10 year life expectancy) for the personnel door. 8. Furnish labor and materials to install a sprinkler system in the paint booth, drying room, and blast booth per local codes. 9. Furnish labor to install ductwork from the make up air unit outlet to the booth inlet plenum. 10. Furnish labor to make the sheet metal wall penetration for the above ductwork. 11. Furnish labor to install wall flashing around the above ductwork penetration. 12. Furnish labor to install drying room with personnel doors and light fixtures. 13. Furnish labor to install one (1) 1 HP exhaust fan, ductwork and automatic outlet damper for the above room. 14. Furnish labor to make the sheet metal wall penetration for the above ductwork. 15. Furnish labor to install wall flashing around the above ductwork penetration. 16. Furnish and install stack support up the building wall for the drying room exhaust ductwork. 17. Furnish labor to install one (1) “PSI” control panel. 18. Furnish and install EMT conduit and wiring from the above control panel to the make up air unit and the booth and drying room lights and exhauster motors. 19. Furnish and install schedule 40 black iron pipe and fittings for 2 each ¾” compressed air drops inside the spray booth and terminate with a ball valve. 20. Furnish supervision for the above. 21. The contractor will provide services that meet all requirements and specifications directed by Langley AFB Civil Engineering, Bio-Environmental, and the Fire Department. 22. The contractor shall bear all cost and shall be responsible for furnishing all travel and lodging expenses for the workers. B. RE-INSTALLATION OF BLAST BOOTH EQUIPMENT, ASSOCIATED AIR COMPRESSORS AND EQUIPMENT - Included furnishing all the necessary labor, tools, and material required to complete the following : 1. Furnish labor, equipment and trucks to move and re-install the existing Aerolyte Engineered Media Walk-in Blast Booth and components: a. Blast room assembly b. Floor assembly c. Blast machine d. CDY-16 Dust Collection System e. Operator protective equipment f. Exhaust ductwork and blower g. HEPA filter unit h. Silencer and air compressor i. Arrow A-300 Refrigerated Compressed Air Dryer Note: Items are currently storage at a site approximately 3 miles. 2. Furnish and install new sheet metal flooring and flat-trak rollers from the OEM to replace the items damaged from a past hurricane that flooded the previous installation. 3. Install original compressed air piping back between the above items. 4. Furnish labor to re-install existing conduit and controls wiring for the above equipment. 5. Furnish labor and materials (wiring and disconnects) to install wiring to the blast booth, make-up air unit, blast cabinet, 60 HP compressor, 25 HP compressor, and air dryers. 6. The contractor will provide services that meet all requirements and specifications directed by Langley AFB Civil Engineering, Bio-Environmental, and the Fire Department. 7. The contractor shall bear all cost and shall be responsible for furnishing all travel and lodging expenses for the workers. 8. The contractor shall bear all cost and shall be responsible for transporting the blast booth from the current storage site (located at NASA Langley in Hampton , VA) to the new site at Langley, AFB. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/1CONS/Reference-Number-F2Q2016207A100/listing.html)
 
Place of Performance
Address: Langley AFB, VA 23665
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01111102-F 20060811/060809224511 (fbodaily.com)
 
Source
FedBizOpps 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.