Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOLICITATION NOTICE

35 -- Dust Collection System

Notice Date
9/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2U3697197A004
 
Response Due
9/29/2007
 
Archive Date
10/14/2007
 
Point of Contact
Aaron Ficzner, Contract Specialist, Phone 623-856-7179 x289, Fax 623-856-3447, - Fred Libby, Contract Specialist, Phone 623-856-7179 x335, Fax 623-856-3447
 
E-Mail Address
aaron.ficzner@luke.af.mil, fred.libby@luke.af.mil
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F2U3697197A004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This procurement is being issued as Unrestricted. The North American Industry Classification System (NAICS) Code is 333411 and the size standard of 750 employees applies to this procurement. The requirement is for CLIN 0001: Shaker Unit, Model SDC560-H, Two Drum Configuration. CLIN 0002: Leg Extension for 55 Gallon Drums. CLIN 0003: Magnehelic Gauge. CLIN 0004: Explosion Vent. CLIN 0005: Sprinkler Coupling. CLIN 0006: Aluminum Fan Wheel. CLIN 0007: 95% Filter Bank/Transition 1x3 Across. CLIN 0008: Acoustic Diffuser (>80 Decibels) CLIN 0009: INSTALLATION (Includes all Electrical Work, Duct Work, Connections and Testing. Statement of Work is attached. Work is to be performed at Luke Air Force Base, AZ 85309 during normal working hours. Hours are 7:30 AM ? 4:30 PM, Mon-Fri, however, contractor may work outside of these hours and days with proper coordination in advance with the Contracting Officer. All prospective vendors must contact Mr. Greg Peary at 623-856-6041 to set up any potential site visit. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote, which can be found at http://www.farsite.hill.af.mil. The clause at FAR 52.212-4,Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-28 Post-Award Small Business Program Representation, 52.228-5, Insurance-Work on a Government Installation; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Request, and 52.252-2, Clauses Incorporated by Reference; 52.219-6, Notice of Total Small Business Set-Aside is applicable, clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statues of Executive Orders applicable to Defense Acquisition of Commercial Items (Dev) applies to this solicitation. 52.219-14, Limitations on Subcontracting; 52.222-1 Notice to the Government of Labor Disputes; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.225-13, Restrictions of Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.233-3, Protest After Award; 52.242-15, Stop-Work-Order; 52.253-1, Computer Generated Forms; 52.232-18, Availability of Funds; 52.247-34, FOB Destination are applicable. 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252-209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.219-7011, Notification to Delay Performance; 252.243-7001 Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.246-7000, Material Inspection and Receiving Report; To be eligible to receive an award resulting from this solicitation, contractor must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. A firm-fixed price award will be made based on price and price related factors. All quotes must be valid for 60 days and emailed to aaron.ficzner@luke.af.mil or faxed to (623) 856-3447 ATTN: A1C Aaron Ficzner. The response due date is 29 Sep 07. Note this EOY requirement is subject to the availability of funds. Quotes are required to be received no later than 10:00 AM PST, 29 Sep 07. Statement of Work. Luke AFB Woodshop. The United Air Specialists, SDC Shaker Cabinet style self-contained shaker Dust Collector Model Number SDC560-% shall be rated to handle up to 5,620 ACFM at an air to media ration of 10:1. Dust laden air shall enter at the hopper section and move upward through the filter elements. The clean air shall move through the filter sealing and into a clean air plenum at the top of the unit. Overall construction of the housing shall be 14ga. ASTM hot rolled steel for a pressure rating of 20?W.G. The SDC shall be Epoxy Powder Coated inside and outside. Maximum operating temperature shall be 180 degrees Fahrenheit. Outlet location shall be through the top, or side of the clean air plenum. Filter element assembly shall consist of individual pockets sewn from 9 oz. polyester saten felt. It shall have rigid, corrugated separators. It shall have a total of 343 or 421 square feet of high efficiency media. Filter access shall be through the front of the SDC unit via a full height hinged, removable door(s) with quick opening latches. Filter assembly(s) conveniently slide in and out of the cabinet using a Cambar locking bar mechanism that holds the filters in place during operation. No tools should be required for filter replacement. Automatic filter cleaning (shaker) system shall be provided to allow for cleaning of each set of filter elements. The motorized eccentric driven shaker assembly shall be powered by a ? HP electric motor. A timer shall be provided to control the cleaning system to allow for a fan coast-down and operation of the shaker cleaning system. The shaker control board shall be mounted in a NEMA 12 enclosure with push button start/stop and clean switches while including a suitable step-down transformer and starter to match the fan motor voltage. The fan shall be integral with the cabinet and be a non-overloading design. Magnehelic differential pressure gauge can be provided as an option to monitor the status of the filter elements. Hopper(s) shall be constructed of 14ga. H.R.S. and have a 45 degree slope with a 14? flanged outlet discharge. Unit shall be furnished with 22-gallon metal drum(s) configuration. 2-55 gallon drums will be supplied by Luke AFB. Support legs shall be designed to seismic zone 4, 100MPH wind loading specifications and shall provide a total of 25? clearance under the hopper discharge flange. Contractor required removing existing dust collector and installing new dust collector with return air ductwork and safety filters. An inline backblast damper should also be included in the ductwork. It is anticipated the wall will have to be saw cut for return air. Electrical work associated with the new install will utilize the existing breaker and include a remote start/stop station Any questions pertaining to Installing should be directed to Mr. Greg Peary. His contact info is as follows: Greg.Peary@luke.af.mil or 623-856-6041.
 
Place of Performance
Address: 7384 N. 140th Dr., Building 247, Luke AFB, AZ
Zip Code: 85309
Country: UNITED STATES
 
Record
SN01421549-W 20070928/070926223801 (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.