Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

36 -- Paint Kitchen/Mixing/Pumping Room

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
21092993JM945
 
Archive Date
9/30/2009
 
Point of Contact
Chas Hartley, Phone: 757-628-4262, Jackie A Dickson, Phone: 757-628-4108
 
E-Mail Address
chas.f.hartley@uscg.mil, jackie.a.dickson@uscg.mil
(chas.f.hartley@uscg.mil, jackie.a.dickson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractors having capabilities to provide the below mentioned Paint Kitchen/Mixing/Pumping Room are invited to provide information to contribute to this market survey/sources sought notice including specification sheets on proposed items via e-mail to the Contract Specialist at: chas.f.hartley@uscg.mil no later than COB 27 July 2009. This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. The Department of Homeland Security, U. S. Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, VA and the United States Coast Guard Industrial Support Detachment (ISD) Mobile, Alabama is issuing this notice to identify sources capable of providing a Paint Kitchen/Mixing/Pumping Room to support a modernized Paint Booth that has just recently been installed in the facility. The Paint Kitchen/Mixing/Pumping Room shall meet the following criteria: room assembly dimensions should be 10’ wide x 8’ high x 15’ long, a continuous one piece construction or equivalent and included but not limited to the following; an Air intake and exhaust filtered ventilation system, Double fire rated entrance doors with observation windows, Double fire rated product door with observation windows for material replenishment, Control panel, Interior explosion proof light fixtures, Power operated overhead linear end to end weight handling hoist, Rail cart system for removing/replacing paint barrels, Six paint pumping stations equipped with pumps, agitators, piping and hardware for drawing four antifouling paint colors, one primer/catalyst, one solvent from 55 gallon paint barrels and deliver to the electrostatic airless paint spraying system in the newly installed spray paint booth, Mixing proportioning system, Spray Gun recirculation cleaning/solvent recovery system for reuse, Access ramps at entrances as required per industry standard, Stainless steel piping, Stainless steel air piping as required per industry standard, Safety relief system in the event of an explosion, Warranty for not less than 1 year, The electrostatic airless spray gun shall include but not limited to the following; 1 electrostatic Airless Spray Gun,1 spare spray gun, Remote operator station LED display and process monitoring, 2 spray tips for anti-foul applications, 2 spray tips for variable spray applications, Stainless steel piping, High pressure single component pump, High pressure hoses/piping, Warranty for not less than 1 year. In addition, one week of personnel training to fully operate the installed systems. General Requirements for installation; The contractor shall be responsible for the installation of all electrical components, wiring, air piping systems, air intake and exhaust ventilation duct systems, The assembly installation shall meet all OSHA, NFPA building/fire requirements as it pertains to interior paint storage and paint spray systems. Contractors having capabilities to provide the above mentioned Paint Kitchen are invited to provide information to contribute to this market survey/sources sought notice including specification sheets on proposed items via e-mail to the Contract Specialist at: chas.f.hartley@uscg.mil no later than COB 27 July 2009. Responses should include the following information: company name, address, point of contact, phone number; business size and disadvantaged, 8(a) or HUBZone status and GSA Contract information, if applicable. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement. A solicitation will be issued shortly and will be synopsized on the Fed Biz Ops Electronic Posting System at www.fbo.gov. It is the potential offer’s responsibility to monitor these avenues for release of any future solicitation or synopsis. The applicable NAICS Code is 423830 - Industrial Machinery and Equipment Merchant Wholesalers with a size standard of 100 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/services/contractingopportunities/sizestandardstopics/part121sects/index.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/21092993JM945/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Industrial, Support Detachment, Mobile Alabama, Bldg-101 South Broad St., Mobile, Alabama, 36615-1390, United States
Zip Code: 36615-1390
 
Record
SN01876737-W 20090717/090716000725-f0f4eff7acf110bf4a205732c702e3ee (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.