Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

N -- INSTALL OF BLAST SYSTEM

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
N68836 FISC JACKSONVILLE, KINGS BAY DET 930 USS Hundley, Bldg 2012 Naval Submarine Base Kings Bay, GA
 
ZIP Code
00000
 
Solicitation Number
019310RC006CD
 
Response Due
7/30/2010
 
Archive Date
8/14/2010
 
Point of Contact
MOIRA MORAN 912-573-3800
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 2.0 SCOPE The Contractor shall provide and install one Media blast room, self contained modular media blast room ventilated and illuminated for enclosed abrasive blasting on our foundation which comply with the following minimum technical requirements :a.The blast room interior dimensions shall be 15' long x 10' wide x 10'high.b. The media recovery floor system shall be pneumatic and shall be 10' wide by 15' long. The floor grating shall be designed for 500 lbs/sq ft min uniform load capacity. c.The blast room shall have one set of swing-open work doors that are 10'wide by 10' high.d.The blast room shall have one personnel access door fitted with safety interlock switches, panic hardware, a tempered safety glass viewing window, and a lighted exit sign. The personnel access door shall be fitted with seals to prevent leakage when closed. e.6 Cu Ft storage hopper with screen sections and access door. f.Cyclone separator will be heavy gage steel with a wear liner on the inlet and will incorporate ABS's Airwash Separating system below it.g.Tunsten carbide nozzle, 3/8 diameter with urethane jacket 25' heavy duty blast hose.h.5000 CFM high efficiency cartridge type collector with automatic reverse pulse on recovery system with HP motor.i.All pressure vessels shall be ASME certified pressure vessels, 6 Cu. Ft. rated for a minimum of 125 PSIG operating pressure. j.Available power is 480/230 VAC, 3-phase, 60 Hz. k.Flush mounted Fluorescent Light Assemblies (4 Tube)l.Provide all necessary electrical controls; including a control panel with start up and shut down buttons, and light switches. All operating controls shall be mounted outside the blast room enclosure. m.Provide an emergency interlock between the exhaust ventilation system and the compressed air system to prevent blasting in the blast room when the exhaust system is not functioning (during either normal operations or exhaust system failure). Link to exhaust system using current sensor switches on exhaust fan motor. n.Install fire alarm strobe inside the blast room. Strobe will be tied to the existing building fire alarm system. Strobe shall be UL-listed and rated for Class II, Division1, Groups E, F, and G hazardous environments and shall be red in color. o.Provide all necessary hardware, fasteners and sealants.p.Provide carbon monoxide warning system tied into incoming breathing air line. System to include: CO monitor, sensors, audible and visual alarm (white in color). q.All materials and equipment shall be new, industrial grade, and of latest approved design. Light commercial and residential grade materials are NOT acceptable for this project. r.The government will provide the electrical power. s.Date for installation and training will be established at a later date.aa.the blast room facilities shall be shipped to 101 Minning Way, Goose Creek, South Carolina 29445. ab. The contractor shall be responsible for all unloading. The contractor shall be responsible for any damages incurred to new equipment and hardware during off-loading and handling. ac. The contractor must supply all tooling and equipment necessary to complete the project. The contractor may not use Government weight handling equipment. 2.0WARRANTY The Contractor shall warrant that all work performed under this Statement of Work (SOW) meets all requirements and is free from any defect material or workmanship for a period of not less than 12 months from the date of government acceptance. IT IS THE GOVERNMENTS INTENT TO AWARD ON A SOLE SOURCE BASIS TO ABRASIVE BLAST SYSTEMS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/019310RC006CD/listing.html)
 
Place of Performance
Address: NAVY MUNITION COMMAND UNIT CHARLESTON102 MINING WAY, GOOSE CREEK, SC
Zip Code: 29445
 
Record
SN02208957-W 20100718/100716235312-d2945032a1545874a5505cb841be78d3 (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.