Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

49 -- SLURRY BLAST MACHINES

Notice Date
6/3/2008
 
Notice Type
Modification/Amendment
 
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, North Carolina, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-08-T-N109
 
Response Due
6/9/2008 3:00:00 PM
 
Archive Date
6/24/2008
 
Point of Contact
Debora A Berget, Phone: 252-466-7766
 
E-Mail Address
debora.berget@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Marine Corps Air Station, Cherry Point, NC has a requirement for 2 each slurry blast machines. 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 M00146-08-T-N109 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and Defense Acquisition Circular 98-99. This acquisition is 100 percent set-aside for small business. The North American Industry Classification System code is 333298, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract, brand name or equal, for the following item: Item 0001, 1 each slurry blast machine Item 0002, 1 each slurry blast machine Note: Both items are identical but must be kept separate do to different funding. BRAND NAME OR EQUAL PURCHASE DESCRIPTION 1. NOMENCLATURE: SLURRY BLAST SYSTEM 2. BRAND NAME DESIGNATION: Wet Technologies Model WT-50. 3. GENERAL: This purchase description covers one slurry blasting machine. The slurry blasting machine will be used at Fleet Readiness Center East (FRC East), Cherry Point, NC. 4. BRAND NAME DESCRIPTION/ESSENTIAL CHARACTERISTICS: The slurry blasting machine shall consist of, as a minimum, the following: a. Cabinet: Size: Blast cabinet shall be 50 inch square. Construction: Blast cabinet shall be tig welded, 14 gauge, series 300 stainless steel with tubular stainless steel frame. Slurry sump shall be 10 gauge stainless steel. Window: A safety plate glass window shall be provided in the front side of the blast cabinet for operator to observe work area. Window shall have an on demand rinse bar. Wear Resistance: Interior walls, including door, shall be lined with gummed rubber curtain for wear resistance and noise reduction. Blast Nozzle: Blast nozzle shall be boron carbide material, ½” ID. Rinse Nozzle: A manual rinse nozzle shall be provided in the blast work area. Door: A door 34 inches high by 39 inches wide shall be provided in one end of the blaster. A safety interlock shall prevent accidental operation of the blaster unless the door is securely latched in the closed position. Gloves: One set of gloves shall be provided. They shall be one piece construction, and abrasion resistant. Gloves shall snap into place. Lights: Blast cabinet shall be provided with lights that are mounted externally on top of the cabinet above the operator work area. These lights shall be protected by safety-tempered glass. Controls: The blast cabinet shall be equipped with an on/off switch for all operations at the operator’s station. Blast operation shall be controlled by a foot switch. Blast pressure shall be adjustable by a regulator control mounted at the operator’s station. Controls for manual rinse and window rinse shall be provided at the operator’s station. Work Table: The blaster shall include a work table inside of the blast cabinet. The table shall be 36” in diameter and be capable of supporting 500 pounds. The tables shall rotate 360 degrees. b. Blast System: Pump: A 5 hp., sealess, vortex style pump, capable of continuous operation with abrasive volume concentrations exceeding 30 percent shall be provided. Pump shall be submerged in the slurry reservoir. Blast Hose: Media shall be delivered to the work piece through an abrasive resistant blast hose and a ½ inch nozzle. Additional nozzle sizes shall be available upon request. Filtration: The final filtration unit shall be a high capacity combo exhaust/demister/filter blower with a cartridge style HEPA filter. The HEPA filter shall have a pressure differential gauge with high and low limits posted on or near the pressure gauge. The concentration of dust in the exhausted air shall not exceed 5.0mg/m3. The blaster shall also include a Hydro-Cyclone system for removal of solids from the water. c. Electrical: Unit shall operate on 460 vac 3 ph. power supply. d. Installation: This will be a turn-key installation, with contractor providing all necessary hardware to make connections to the following utilities: electrical, water, and shop air as required. All utilities will be provided to within 50 ft. of blaster location by FRC East. Blaster shall be mounted to the floor as required. e. Safety: The blast cabinet shall comply with all applicable Occupational Safety and Health Standards per 29 CFR 1910. Unit shall not exceed 84dba noise level at the operator’s position, per Hearing Conservation and Noise Abatement Chapter 18 (15 JAN 1999) OPNAVINST 5100.23F. f. Warranty: Equipment shall be covered by a one-year manufacturers warranty. 5. EQUIPMENT MANUALS: Three sets of equipment manuals shall be provided with blaster. These manuals shall contain all required technical data including operating instructions, parts lists, wiring diagrams, mechanical diagrams, and maintenance instructions. Two sets of manuals shall be mailed with the equipment. One complete set shall be mailed 30 days prior to the shipment of the equipment. This set shall be mailed to the following address: Commanding Officer Fleet Readiness Center East Code 61500 Stop 9 Cherry Point, NC 28533-5030 6. TRAINING: The contractor shall furnish, for a period of two days, the services of competent instructor(s) who shall give full instructions to the designated personnel in adjustment, operation, maintenance, and calibration, including pertinent safety requirements. Each instructor shall be thoroughly familiar with all parts of the equipment and shall be trained in operation and maintenance experience. Instruction shall be given immediately following government acceptance of the equipment for regular operation. Training shall be conducted at the Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, North Carolina. Training shall thoroughly familiarize the personnel with the adjustment, operation, maintenance, and calibration, including pertinent safety requirements of the equipment. All materials, manuals, tapes, data, etc. shall be contractor furnished and shall become the property of the government. Proposed training requirements shall be for a maximum of the following numbers and types of personnel: One mechanical engineer/technician. One electrical engineer/technician. Two operators. One maintenance electrician. One mechanical maintenance mechanic. 7. THE CONTROL OF HAZARDOUS ENERGY (Lockout/Tag out): A written procedure for locking out all energy sources shall be provided in accordance with 29 CFR 1910.147. The written procedure shall be included separate from the equipment manuals. 8. PACKAGING REQUIREMENTS: Unit shall be packaged in such a manner that it is protected from the elements as well as damage during shipment. The delivery requirements are FOB destination. 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 addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). Evaluation Factors: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. FAR 52.212-3, Offer Representation and Certifications-Commercial Items (SEP 2007), 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 (FEB 2007). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). 252.211-7003 Item Identification And Valuation (JUN 2005) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2007), to include the following clauses listed at paragraph 52.212-5 (b): (5) (15) (16) (17) (18) (19) (20) (21) (22) (31) and (36). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), applies with the following clauses applicable for paragraph (b); (12) Alt I (17) (20)(i). 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, 09 June 2008. Point of Contact: Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492, Email debora.berget@usmc.mil. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=188b221433c42fdc0b2a7db34df54daf&tab=core&_cview=1)
 
Record
SN01585827-W 20080605/080603220308-188b221433c42fdc0b2a7db34df54daf (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.