Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

49 -- Walk In Oven

Notice Date
5/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611TN043
 
Response Due
6/10/2011
 
Archive Date
6/30/2011
 
Point of Contact
James M. Rhodes 252-466-2895 Sherry Kelly 252-466-2846
 
E-Mail Address
James M. Rhodes / Contract Specialist
(james.m.rhodes2@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) Solicitation No. M00146-11-T-N043 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 and Defense Acquisition Circular 98-121. (iv) This acquisition is set-aside 100% for small businesses. The North American Industry Classification System Code is 333994 with a corresponding small business size standard of 500 employees. (v) Purchase Order line item number, quantity, and unit of issue: ItemQuantityUnit of Issue 0001Walk In Oven1Each (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for a walk in oven in accordance with the requirements of the following Purchase Description: PURCHASE DESCRIPTION 1. SCOPE: This Purchase Description defines the Government s minimum requirements for a walk in oven to be used primarily for annealing and process annealing of aluminum. In addition, the oven will be used for aging, stress relieving and occasionally curing molds. The oven will be located in Shop 93553, Building 137 of the FRC East. 2.GENERAL: The new ovenshall reach the high end range temperature of 775 degrees Fahrenheit. 3.APPLICABLE DOCUMENTS: The ovenshall comply with all applicable Occupational Safety and Health Standards per 29 CFR 1910 as well as all NFPA 86 (Standard for Ovens and Furnaces) and AMS 2750D (Pyrometry) requirements. The oven shall be configured and outfitted with all necessary components and accessories for checking accuracy and uniformity per AMS 2750D. In addition, this equipment shall not exceed 84 dBA noise level in accordance with Hearing Conservation and Noise Abatement Chapter 18, OPNAVINST 5100.23 (newest edition). 4.ESSENTIAL CHARACTERISTICS: The oven shall meet or exceed the following minimum requirements: Typical Operating Temperatures250 , 350 , 650 and 775 F. Maximum Oven Temperature800 F. Uniformity+/- 10 F of operating set point. Uniformity shall be conducted at a minimum at the 4 temperatures above and be conducted per AMS 2750D. Interior Chamber DimensionsMinimum 72 W x 144 D x 72 H. U channels in the floor for loading parts cart from shop floor level. Footprint (including all accessories)Maximum 120 W x 170 D x 150 H. Insulation Walls shall be a minimum 6 thick, minimum 6# density, and minimum 1200 F service temperature rated. Floor shall be a minimum of 4 thick. DoorsBi-parting, side hinged, horizontal swing. Door gasket and drag seals required to avoid heat loss. Supply FanTemperature rated. Minimum 14,000 CFM. Air flow safety switch. Exhaust FanDraw air from the oven chamber and discharge it vertically out of the building per NFPA 86. Heating ElementsIncoloy sheathed elements. SCR power control with backup contactor shall be included. 120 kW heat input. Heaters shall be wired individually. Top mounted heater to conserve floor space. Electrical480 V, 3 phase, 60 Hertz available. NEMA 12 rated panel. Interlock switches on the control panel. Door limit switch on the oven doors to disconnect power to heating elements. Power control shall be SCR. Temperature ControllerSolid state digital with dual displays in single degree increments, single channel, support up to 99 program profiles and up to 99 segments per profile. Honeywell DCP551 or equivalent. High Limit ControllerHoneywell UDC3300 or equivalent. Strip Chart RecorderMinimum 250 mm strip chart recorder, monitor up to 64 analog inputs and record up to 32 inputs. Honeywell DPR250 or equivalent. 5.ADDITIONAL NOTES: 5.1Delivery: The oven shall be delivered no later than 14 weeks after receipt of order. 5.2Technical manuals: Two (2) sets of printed technical manuals and one (1) digital set on CD-ROM shall be provided. The CD-ROM shall be delivered 30 calendar days prior to delivery of the oven; the printed manuals shall ship with the oven. Documentation shall include at a minimum: Wiring Diagrams, Operations, Installation, Maintenance, Preventive Maintenance, Illustrated Parts Break Down, Recommended Spare Parts List, Vendors Literature, Mechanical Schematics, and Electrical/Electronic Schematics. The technical manuals shall provide a best practice approach to the preventive maintenance actions. Tasks shall be clearly defined, include all special options, and specify periodicity. Size, quantity, and types of filters, belts, lubricants, etc. shall be noted. The contractor shall provide the footprint or drawing of equipment with all facility requirements within 10 working days after award of purchase order. All technical data furnished shall be written in the English language. 5.3Warranty: The oven shall be covered by the manufacturer s standard commercial warranty. The warranty period shall begin after government acceptance of the equipment at FRC East. 5.4 Lockout / Tagout: A single point disconnect for lockout / tagout shall be provided on the equipment. 5.5 Space Constraints: The oven shall be designed to fit within the amount of floor space allotted. The equipment shall not inhibit the travel of any material handling bridge crane system which may be within the general area of the oven over the entire footprint of the oven. The equipment shall be designed and positioned allowing access to all serviceable components of the oven. Available space for installation of the equipment is shown on drawing PE-20951F (Attached). The final orientation and location of the new oven, which shall be within the allotted space shown, shall be reviewed and approved by the Government after award of purchase order. 5.6 Installation: The contractor shall be responsible for a complete turn-key installation of the oven. The contractor shall ship the oven and any related equipment FOB destination to FRC East, Building 137, Shop 93553. he contractor shall remove the existing oven (EIN 65923401216, Quincy #7). The contractor shall deliver the removed oven and accessories to the Hazardous Material Berm (B4466), behind Building 133. The contractor shall give the Hazardous waste personnel a minimum of 24 hours notice before moving the equipment to the Berm. The contractor shall disconnect the utilities from the existing oven and shall reconnect the utilities to the new oven, including proper venting of the exhaust fan. If any of the utilities are not required for the new oven the contractor shall appropriately cap off back to the source. Any materials, tools, and labor required for utility hook-up shall be the responsibility of the contractor (i.e. conduit, new breaker, etc.). All electrical work shall comply with NFPA 70, the National Electric Code. The contractor shall furnish labor and material handling equipment for off-loading, placing, and anchoring the equipment. All piping, interconnecting hoses, cables, disconnects, connectors, etc shall be supplied and installed by the contractor. The contractor shall obey all Federal, State, and FRC East Safety Requirements. All contractor personnel shall wear Safety Shoes when entering the FRC East and all required Personal Protection Equipment (PPE) for the task they are performing and as required in the area they are working (i.e. safety glasses, hearing protection, etc). If at any time during the demolition or installation process there are exhaust emitting equipment or fork trucks (i.e. diesel, or propane) being used, the contractor must provide continuous Carbon monoxide (CO) monitoring. During removal of the existing oven and installation of the new oven the contractor shall comply with all applicable parts of the US Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1. Installation shall be complete within 15 working days after delivery of the equipment. 5.7 Acceptance and Testing: The contractor shall perform a complete testing and quality check at their facility that includes a multi point oven uniformity test. The contractor shall provide the uniformity test results with the oven. The contractor shall provide a copy of their standard test procedure / quality assurance check list to the Government at least 30 calendar days prior to delivery of the equipment. The contractor shall furnish all instruments, test programs, materials and tools required to perform and evaluate these tests. The measuring instruments shall have evidence of calibration traceable to the National Institute of Standards and Technology (NIST). The test programs and computer printouts shall become the property of the government. Within five (5) working days after installation of the oven at the FRC East the contractor s standard tests shall be completed. This includes verifying the four (4) defined operating temperatures, running parts, and conducting another uniformity test at the four (4) defined temperatures. The equipment shall be visually examined for design, construction, materials, components, electrical equipment, and workmanship to determine compliance with the requirements of this purchase description as well as to confirm that none of the components were damaged during shipment or installation. The contractor shall perform tests to insure that all safety features including fail-safe devices, interlock switches, etc are installed and are functioning properly. All testing shall be conducted during normal work hours (6:30 am to 3:00 pm), Monday through Friday and shall take no longer than a maximum of three (3) working days to complete. If acceptance testing is not completed within the allotted time, the Government reserves the right to terminate the contract. Failure of the oven to pass any test or inspection shall be cause of rejection. The contractor shall conduct an official temperature accuracy and uniformity survey in accordance with AMS 2750D, using the appropriate rated thermocouples and load fixturing. Upon completion of this survey the load fixture and thermocouples shall be turned over to and become the property of the FRC East, Cherry Point. 5.8 Training: The contractor shall provide a minimum of one (1) eight (8) hour day of training for operators and maintenance. Training shall cover all aspects of operation of the oven as well as troubleshooting and regular maintenance tasks. (vii) Vendor s quote shall include their quoted firm-fixed unit price and technical solution for the oven. The vendor shall describe in detail and provide adequate technical drawings that demonstrates how their quoted product meets or exceeds the minimum requirements of the Purchase Description. The vendor shall also specifically illustrate how the quoted oven layout solution fits into the provided horizontal and vertical space constraints of FRC East drawing PE-20951F (Attached). The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable quote is a quote that demonstrates that the quoted product meets or exceeds all technical requirements set forth herein. (viii) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (ix) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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, 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, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. DFAR 252.211-7003 Alt 1, Item Identification and Valuation. 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, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. (x) The following clause is hereby incorporated in full-text and is to remain in full force in any resultant purchase order: 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 make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (End of clause) (xi) Additional purchase order requirements and terms and conditions which shall be incorporated into any resultant purchase order: (a) ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xii)This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. (xiii) Quotes submitted in response to this notice must be received no later than 3:00 p.m., EST on 10 June 2011. Quotes may be e-mail to james.m.rhodes@usmc.mil ; faxed to 252.466.3452, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, 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 a.m. and 4:00 p.m EST. (xiv) Points of Contact for information regarding this solicitation: James Rhodes, Contract Specialist, Phone 252.466.2895, Fax 252.466.3452, Email james.m.rhodes2@usmc.mil. or Sherry Kelly, Contracting Officer, Phone 252-466-2846, Fax 252.466.3452, Email sherry.kelly@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611TN043/listing.html)
 
Place of Performance
Address: FRC-East, Building 137, Shop 93553, Cherry Point, NC
Zip Code: 28533
 
Record
SN02455021-W 20110525/110523234859-9435fd82afbb84023ad439878177c3ac (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.