Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2007 FBO #1868
MODIFICATION

36 -- BLAST CABINET

Notice Date
1/5/2007
 
Notice Type
Modification
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018, UNITED STATES
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-07-T-N034
 
Response Due
1/31/2007
 
Archive Date
2/15/2007
 
Point of Contact
Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492,
 
E-Mail Address
debora.berget@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to extend the closing date to January 31, 2007. The Naval Air Depot, Marine Corps Air Station, Cherry Point, NC has a requirement for a blast cabinet. This is a combined synopsis/solicitation for commercial items 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. Solicitation number M00146-07-T-N034 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and Defense Acquisition Circular 98-79. This acquisition is under the North American Industry Classification System code 333298, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following item: Item 0001, 1 each blast cabinet 1. Nomenclature: Direct Pressure Blast with Pneumatic Conveyor for Plastic Abrasive 2. Essential Characteristics: a. Constructed of 12 and 14 gage steel b. Continuous weld; no spot welds c. Lighting inside cabinet shall give visibility with no reflective glare. d. Windows shall be safety glass and scratch resistant e. Foot operated blast valve f. Doors shall be constructed so that when opened after use, media will not spill onto floor. g. Work ports minimum diameter shall be 8 inches not to exceed 10 inches h. Lockable door latches i. Minimum cabinet work area 96W X 48D X 48H j. Dust Collector filters shall be 99.98% efficient to 0.5 micron. k. HEPA Filtration filters shall be rated at 99.97% efficiency to 0.3 micron. HEPA filters shall be designed to be removed from the dust collector cabinet without the operator coming in contact with the filter. l. HEPA filters shall be designed to be removed from the dust collector cabinet without the operator coming in contact with the filters. m. HEPA Filtration shall have automatic reverse pulse filter cleaning system and HEPA filter monitoring (change filter warning indicator) n. Doors shall have safety system that when doors are opened air is automatically shut off. 3. Documentation Requirements: Three (3) sets of equipment manuals shall be provided. These manuals shall contain all required technical data including operating instructions, parts list, wiring diagrams, mechanical diagrams, and maintenance instructions. 4. Certificate of calibration: certificate of calibration traceable to NIST shall be provided for all items requiring calibration. 5. Warranty: Standard (at least 1 year) 6. Packaging Requirements: Unit shall be packaged in such a manner that it will be protected from the elements of the weather and damage during shipment. Quotes must contain unit prices, extended prices, delivery date, terms of payment, company name, address, name of individual quoting, phone and fax numbers and a copy of manufacturers specifications/literature of product quoting for evaluation purposes. The delivery requirements are FOB destination and are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within ten (10) weeks of award or sooner. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following additions/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision is hereby incorporated by reference: 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (SEPT 2006), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (SEPT 2005). FAR 52.212-4 Addendum. The following additions/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clauses are hereby incorporated by reference: 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEPT 2006), to include the following clauses listed at paragraph 52.212-5 (b): (5) (14) (15) (16) (17) (18) (19) (20) (26) and (31). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006), applies with the following clauses applicable for paragraphs (a) and (b); (12)(i) 252-225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (OCT 2006). (ii) Alternate I (OCT 2006). (17) 252.232-7003, Electronic Submission of Payment Requests (MAY 2006). (20)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002). Award shall be made to the lowest priced responsible offeror, whose offer conforms to the solicitation, and who demonstrates acceptable past performance. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, January 31, 2007. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to Supply Directorate Contracting Department, Attn: Debora Berget code SUL3G, Supply MCAS, PSC Box 8018, Cherry Point, NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. NOTE: A completed copy of provision FAR 52.212-3 Alternate I shall be submitted with the offer. See Number Note 1. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JAN-2007); 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/DON/USMC/M00146/M00146-07-T-N034/listing.html)
 
Record
SN01206307-F 20070107/070105223600 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.