Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

16 -- Aircraft Dustless Vacuum System

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GPC07TWCF203MXG
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is GPC07TWCF203MXG and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18 & Class Deviation 2005-o0001. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333319 with an 500 employee size standard. (v) Contractors shall submit quote for aircraft dustless vacuum system with individual unit prices for each line item. The system described is manufactured by Clayton Associates, Inc. SIMILAR ITEMS (OR EQUAL) WIILL BE ACCEPTED Part # Description Quantity 0001- DM-304 Hyper Vac , Air Power, Cyclone, Port 2 0002- DM-504 Hyper Vac, 2IN Hose Reel, CRT 3PORT 1 0003- 600-323A Filter Bags, Hvy Duty, Yellow 3 PK 6 0004- 600-114DM Bag, 6 MIL BK, 30 x 40, PK-25 4 0005- 600-115 PREFILTER, 95%@0.5 Micron, (Pkg 3) 3 0006- 650-201 Consol Hose Reel & Tool Kit (Ctk) 2 0007- 670-12601J 6 IN, Ros, 12k Rpm, J-hook, Vac 12 0008- 672-611J 6 IN J Hook, Low Profile Vacuum 30 0009- 672-60JP 6 IN J Hook Pad Protector, 50 PK 3 0010- 672-61JP 6 IN Protectors, ? in, 25 PK 3 0011- 672-62JP 6 IN Protectors, ? in, 25 PK 3 0012- 860-DMS80HV 6 in DM supreme, 80 grit, 250 pk 28 0013- 860-DMS120HV 6 in, 120 grt, dm supreme 250 pk 12 0014- 671-HSB100W Hose Support Belt, Univ Size SW 2 0015- 671-AVHA30W Hose, Air/Vac. 30ft, 1 x ?, SW 2 0016- 671-AVHA40W Hose Air/Vac. 40ft, 1 x ? , SW 9 0017- 671-AVH2080X Hose, 2 x 80, Air/Vac., W/Static 1 0018- 923-A20315 Distribution Module, Air/Vac. 3-Way 1 0019- 940-C12MKIT-4 Air Supply Kit For Pneumatic Vacs 3 0020- 630-A002 Cleaning Tool Kit, DM, 5 Pieces 2 0021- Maintenance Comprehensive Maintenance 1 0022- Training Training 1 Additional Requirements: - MUST be explosion proof - MUST be pneumatic - MUST be portable - MUST be HEPA filtration Aircraft maintenance operations which include sanding or grinding of primed and/or painted surfaces create a health and safety concern because of the proliferation of airborne hazardous dust. Chemicals and metals contained in the coatings pose a serious threat to workers who are exposed to the dust generated during the coating removal process. The most effective way to minimize the exposure levels is to capture dust at the source through vacuum collection. Specialized tools and vacuums are required to effectively capture and safely contain the dust. Sanders and tools should incorporate dust collection shrouds which effectively capture the dust without obscuring the user?s line of sight to the working edge of the tool. For maximum efficiency, porous abrasives with a screen-like composition should be employed. Heavily preforated backup pads should be used in conjunction with these abrasives to maximize the available airflow through the abrasive. Compressed air hoses and vacuum hoses should be joined as a single unit to reduce the number of required parts and to eliminate trip hazards. Vacuums should be ULPA rated to a capture efficiency for 99.999% of particles 0.12u (micron) or larger. Vacuums should incorporate a Safe Filter Change method for changing filters without risking re-exposure of workers or the environment to the hazardous dust. To reduce overall air consumption, vacuums should incorporate automatic on/off features so that the vacuum only operates when a pneumatic tool is being used. Vacuum operating noise level should not exceed 79dB. Vacuums should also incorporate a manometer ( pressure differential guage) to alert users when filters need to be changed. Vacuums should include a cyclonic pre-seperator to reduce the number of filter changes required. Pneumatic vacuums should include a cyclonic a compressed air manifold to enable a single air supply to power the vacuum and up to three tools. This single air supply will limit the number of hoses on the shop or hangar floor, and will simplify setup and use for the maintainers. Vacuum systems should include a lockable hose reel component to allow vacuum hoses to be neatly organized and stored with the system to the limit potential for hose damage or loss. (vi) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (vii); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (viii) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (ix) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (x) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xi) The following additional clauses are applicable to this procurement. ? FAR 52.211-6, Brand Name or Equal ? FAR 52.219-6, Notice of Total Small Business Set-Aside ? FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) ? FAR 52.253-1 -Computer Generated Forms ? DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). ? DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate ? DFARS 252-225.7001, BAA - Balance of Payments Program ? DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ? DFARS 252.232-7003, Electronic Submission of Payment Requests ? DFARS 252.246-7000, Material Inspection And Receiving Report ? AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. (xii) Defense Prioroties and Allocation System: NA (xiii) Statement regarding numbered notes. NA (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by September 10, 2007 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number GPC07TWCF203MXG. (xvii) Address questions to Amn Phillip Johns,Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email phillip.johns@charleston.af.mil or Kathy Edenborough, Contracting Officer, Phone (843) 963-5157, email kathy.edenborough@charleston.af.mil.
 
Place of Performance
Address: Charleston AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01390760-W 20070901/070830221858 (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.