Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

44 -- Dust Collection Booth with HEPA Filters

Notice Date
3/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014610TT001
 
Response Due
3/18/2010
 
Archive Date
4/18/2010
 
Point of Contact
Velma Kelly 252-466-7726
 
E-Mail Address
Velma's email
(velma.kelly@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC has a requirement for dust collection booth with Ultra-Web and HEPA filters, and hard wall acoustic panels. 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 M00146-10-T-T001 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and Defense Acquisition Circular 98-113. This acquisition is 100% set-aside for small business. The North American Industry Classification System code 333411 with small business size standard of 500 employee. This requirement is for a firm fixed priced contract, for the following item: Item 0001 - 1 each DUST COLLECTION WITH HEPA filters and hard wall acoustic panel. PURCHASE DESCRIPTION 1. NOMENCLATURE: Booth Dust Collector with HEPA Filter. 2. ESSENTIAL CHARACTERISTICS: 2.1 General Description: Booth dust collector shall be a self-contained free standing self-cleaning dust collector. The booth shall capture dust associated with the sanding of painted aluminum and composite aircraft components, and aircraft component corrosion control and structural repair operations, and have the essential characteristics listed below. The booth dust collector shall comply with all requirements of OSHA 29CFR1910 General Industry. 2.2 Booth Dust Collector Shall have the following characteristics: a. The booth shall be equipped with a HEPA filter with filtration efficiency no less than 99.97% on 0.3 micron particles.b. The booth shall recirculate the filtered air to the building but not to the booth face.c. The minimum average booth face velocity shall be 180 feet per minute with clean filters.d. The minimum average booth face velocity shall be 150 feet per minute with the filters loaded at maximum allowable differential pressures.e. The booth nominal width shall be 23 feet.f. The booth nominal height shall be 8 feet.g. The booth nominal inside depth shall be 11 feet.h. The booth nominal outside depth shall be 15 feet.i. The booth design shall be modular and compact for easy entry into building and assembly.j. The booth shall have dust tight fixture inside lighting.k. The booth shall have unobstructed space to accommodate sprinkler heads in accordance with NFPA 13.l. The primary filter shall have minimum efficiency of MERV 13 rating tested in accordance with ASHRAE 52.2 - 1999 test standards.m. The primary filter shall be self-cleaning.n. During cleaning cycles, dust shall not back flow into the booth.o. All filters shall have differential pressure gages with clearly marked normal and maximum operating limits.p. All filter differential pressure gages shall be capable of directly interfacing with FRC East's existing Johnson Controls METASYS Facility Management System (FMS). The new dust collection system shall include all sensors and hardware to monitor all filter differential pressures, motor status and motor hours. The sensors output shall be a 4-20 mA for the differential pressure and a binary (digital) on/off signal for the motor status. The sensors shall be wired to the equipment control enclosure or an electrical enclosure on the outside of the equipment, near the equipment control enclosure. Johnson Controls point of contact is Ms. Heather Hogan at 910.794.4320, e-mail heather.t.hogan@jci.com, Branch Office 910.799.2400. Installation location will be near the East corner of Building 137, FRCE.q. The booth shall have a differential pressure switch on the HEPA after filter to indicate filter rupture and high pressure.r. The booth shall have painted steel booth walls and ceiling.s. The booth shall have acoustical sound abatement material.t. The booth shall not generate noise in excess of 84dB.u. The booth shall utilize 70-90 pounds per square inch compressed air.v. The booth shall utilize 480V, 60 Hz, 3-phase electrical power.w. Electrical enclosures and disconnect(s) shall be NEMA 12.x. The booth filter self-cleaning schedule shall include two cleaning modes, continuous and after-shift. The after-shift cleaning mode pulse cleans the filter cartridges in a shut down sequence to eliminate direct worker exposure to pulse noise while dust is kept in the booth.y. The booth filter continuous self-cleaning mode shall be filter differential pressure controlled.z. The filter cleaning differential pressure control set points shall be field adjustable.aa. Metal surfaces shall be adequately coated to prevent corrosion.bb. Fan wheel shall be of spark resistant design. 3. EQUIPMENT MANUALS: Three 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. The data shall include filter pressure drop. Two (2) sets of manuals shall be mailed with the equipment. One (1) complete set shall be mailed within 15 days after date of contract award to: Fleet Readiness Center East Cherry Point PSC Box 8021 Cherry Point, NC 28533-0021Attn: Brian J. Jackson, Code 6.3.1, Bldg. 159Telephone No. 252-464-9566, Fax No. 252-464-8454 The delivery requirements are FOB destination and are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. Rrequired delivery is 120 days aro or sooner. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. 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 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: The Government will award a purchase order resulting from this Solicitation to the lowest priced technically acceptable offeror who has a satisfactory past performance record. A technically acceptable offer is an offer that complies with all the specifications set forth herein. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. 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.DFAR 252.211-7003, Item Identification and Valuation The following clause is hereby incorporated in full-text:FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and Effect as if they were given in full text. Upon request, the Contracting Officer will makeTheir full text available. Also, the full text of a clause may be accessed electronically atthis/these address(es):FAR PROVISIONS/CLAUSES are available at: http://www.arnet.gov/farDFAR PROVISIONS/CLAUSES are available at:http://www.acq.osd.mil/dp/dars/dfars.htm1(End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b):52.219-6, Set Aside for Small Business, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor,52.222-19, Child Labor,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,52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials,252.225-7036 Alt 1, Buy American Act-North American Free Trade AgreementImplementation Act-Balance of Payment Program,252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. 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, 10 Mar 2010. Point of Contact: Velma M. Kelly, Contract Specialist, Phone 252-466-7726, Fax 252-466-8492, Email velma.kelly@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: Velma M. Kelly SUL3C 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014610TT001/listing.html)
 
Record
SN02083137-W 20100306/100304234922-a5a306fb3ebba2a0290690c883b6da8f (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.