Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

36 -- Paint Proportioning System - Purchase Specification

Notice Date
10/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8224-11-R-0040
 
Archive Date
2/14/2012
 
Point of Contact
Christian Barwick, Phone: 8017774237
 
E-Mail Address
christian.barwick@hill.af.mil
(christian.barwick@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Purchase Specification 6 Each Paint Proportioning Systems PURCHASE SPECIFICATION OO-ALC, HILL AFB, UTAH 84056 MULTICOMPONENT PAINT PROPORTIONING UNIT 1. Scope. This purchase specification covers the general design, performance, installation, and training requirements for the purchase of a Plural Component paint dispensing system, and additional equipment and accessories as described herein. 2. Equipment and tooling for additional spray systems. This purchase specification was written to describe the requirements for a single paint system. If more than one system is requested by the attached solicitation, all of the requirements specified herein shall be increased accordingly. 3.0 Applicable documents. The spray system described in this Purchase Specification shall be manufactured, and installed in accordance with these documents. The latest dated document shall be the one applicable to this Purchase Specification. 3.1 Government Publications. The following Government documents, drawings, and publications form a part of this Purchase Specification to the extent specified herein: STANDARDS - FEDERAL `U.S DEPARTMENT OF LABOR, OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) OSHA 2206 General Industry, OSHA Safety and Health Standards (29 CFR 1910), 1994 EDITION 3.2 Other Publications. The following documents form a part of this Purchase Specification to the extent specified herein: Military Specifications Mil-Prf-23377 Mil-Prf-85282 Mil-Prf-85582D Performance Specification Primer Coatings: Epoxy, Waterborne Fed-std 141 Method 6301 Paint, Varnish, Lacquer and Related Material: Methods of Inspection, Sampling and Testing 3.3 Order of Precedence. In the event of a conflict between the text of this Purchase Specification and the references cited herein, the text of this Purchase Specification shall take precedence. Nothing in this Purchase Specification shall supersede applicable laws and regulations unless a specific exemption has been obtained. 4.0 Design. The specified units shall be a new model. New is defined as new from the manufacturer. It does not include returned, refurbished, or units that have been loaned or leased for production or demonstration purposes. Production model is defined as currently produced and offered for sale or sold. The units shall include all components parts and features necessary to meet the requirements specified herein. 4.1 Use of Americanized English. Wording on all components and sub-components such as electrical motors, diagrams, safety and informational charts/plates shall be written in Americanized English. All installation diagrams, operator/users manuals, brochures and any other data supplied, as part of this Purchase Specification shall also be written in Americanized English. 4.2 Safety and Health requirements. Guards to protect the operator from injury due to contact any moving parts shall be provided. Shockproof controls for protecting the operator from mechanical and electrical hazards shall be provided. The system shall comply with OSHA 2206 standards and shall not exceed 84 dbA maximum noise levels. 4.2.1 Mercury Prohibition. The use of mercury, mercury compounds or mercury based instruments on or in the spray system is prohibited. 4.2.2 Asbestos Prohibition. The use of asbestos and materials containing asbestos on or in the spray system is prohibited. 4.3 Construction. The spray system shall be constructed so that when it is installed, connected to power and compressed air; it shall be ready for operation. The spray system shall be constructed of parts, which are without defects and free of repair. All parts subject to wear breakage or distortion shall be easily accessible for adjustment, replacement and repair. 4.4.4 Electrical power supply and electrical equipment. All electrical equipment for the spray system shall conform to the applicable requirements of NFPA Standards. The spray system shall draw all of its electrical power from a single circuit having a fused safety disconnect switch. The spray system's electrical system shall be 110V 60 Hz. All electrical components shall be UL approved. Standard 110 V outlets will be supplied at the paint booth. All interior electrical components and any electrical connections within 36 inches of the opening shall be explosion proof. The spray system's electrical system shall withstand line voltage fluctuation of  10% with no damage to the spray system or its related components. 5.0 Components. 5.1 Plural Component Paint Dispensing System The Paint Dispensing System shall be the most recent low pressure model operating below 200 psi and have a minimum fluid delivery of 0.8 GPM (3 LPM). Proportioning equipment must be equipped with two separate fluid mixing cabinets, one urethane cabinet equipped with six color control valves, two catalyst control valves, one solvent control valve, six 5 gal air agitated pressure pots and two 5gal hermetically sealed non agitated pressure pots. It must also contain one epoxy cabinet equipped with four color control valves, two catalyst control valves, one solvent control valve, two 5 gal agitated pressure pots and two 5gal hermetically sealed non agitated pressure pots. The system must have only one central master control pad and drive a minimum of two spray guns per fluid cabinet. Ratios shall be controlled to +/- 1%, and the system shall alarm and shut down when the ratio is out of range. It shall operate with mix ratios from 1:1 to 50:1, and contain pot life and mixing ratio alarms for each installed paint gun. The paint dispensing system must use a touch Screen PLC, which hold a minimum of 12 recipes with description, and a minimum of 10 flush programs and must also be expandable for up to 24 colors and 3 catalysts. It must also include software for electronic level control and one (1) communication port to allow for printing fluid reports. Valves and circulation ports must be color coded. It must be capable of using both solvent and Water-based coatings. The unit must be compatible with material viscosities ranging from 20-10,000 Mpas, and record the flow rates of both A & B components. In reference to Epoxy fluid cabinets, the unit must include line heaters for epoxies to eliminate the need for induction. It must operate at ambient temperatures between 41 and 122 oF. The fluid cabinets must be programmed and equipped from the factory to include Gun Flush Boxes for each spray gun. All gun flush boxes must accommodate IWATA LPH200 pressure feed spray guns. A central flush system must be installed onsite to accommodate all fluid cabinets. The system must utilize one central pump with the operating range from 50 to 150 psi. All plumbing must be stainless steel for MEK cleaning solvent. Each complete spray system must have its own independent desiccant air filtration system. The software shall have the option for a password protected alarm override to require supervisor or Engineer approval to reset critical alarms. The gear meters shall be equipped with ball bearing for systems that will be purchased for use on water-based epoxy primers. 5.4 Installation The entire system shall be delivered in the paint shop located in the NE end of building 238. It will have the option to be mounted on wheels so it can be moved to the primer paint booth located in the same area. HAFB will supply electricity, and compressed air from the paint booth to the system. Electricity will be 110V 15A located within10 feet of the paint system. HAFB will supply compressed air located within 10 feet of the system. The entire system and all components shall be set up in the paint shop to include un-crate, assembly, line hook-up, programming assistance and initial training specified in section 9.0. 6.0 Markings and Labels. All markings shall be permanent and legible on a contrasting non-glare background. 7.0 Requirements of the proposal. Offerors shall submit as part of their proposal manufacture distribution agreement, brochures, photographs, illustrations, drawings, and narratives which clearly show that the design, construction, capacities, and operation of the equipment being offered will meet all of the requirements set forth in this Purchase Specification. Proposals shall include a response to each numbered paragraph of this Purchase Specification indicating compliance or non-compliance with the paragraph's particular requirements. Each paragraph shall be numbered using the Purchase Specification paragraph numbers. Response to each paragraph shall state "exceeds requirements", "will comply" or "exception taken". Where the proposal exceeds requirements or exceptions are taken, bid submittals shall provide specific information so the impact of the over-compliance or exception can be evaluated. All narratives shall be in Americanized English and all sizes and capacities of the range being offered shall be stated in the inch system. Drawings of all utility requirements shall be furnished as part of the Offerors proposal. Offers, which do not include sufficient information to permit a complete compliance review by Air Force personnel, shall be rejected. 8.0 Requirements after the award of the contract. NOTE - Engineering and technical support for installation requirements shall be furnished by the 309th CMXG/ENE and may be contacted at: 309 CMXG/ENM 5816 D Ave, Bldg 238 Hill AFB, UT 84056-5015 Name: Robert Darby Phone: (801) 777-3389 Work hours: 7:00 AM to 3:30 PM MST (Monday thru Friday) 8.1 The contractor shall provide a set of spray system installation drawings (Three views for the spray system being supplied) to 309th CMXG/ENM at least 30 days prior to the scheduled delivery of the spray system. Drawings are to be submitted through the Contract Administrator to the Group Manager. The drawings shall include all peripheral equipment and utility hook-ups for the equipment to show what it will look like when it is installed. The drawings shall be reviewed by Air Force personnel to determine the facility requirements and to finalize the installation site plans. Refer to CDRL A001 and A002 attached. 8.2 The 309th CMXG/ENM phone number is in paragraph 8.0 above and the Contract Administrator's phone number will be provided after award of contract. They shall be given 30 days advance notice for the estimated delivery date for the spray system. 8.3 The contractor shall ship FOB destination, off-load, install and test the spray system at Hill AFB, Utah. The contractor shall instruct the carrier that the spray system shall be off-loaded only under the supervision of a representative of the contractor. The spray system shall remain the property of the contractor until it is accepted by the Government at Hill AFB. All costs associated with the manufacture, shipping, installation, testing and preparation of the spray system for final acceptance at Hill AFB shall be the responsibility of the contractor. 8.4 The contractor shall be responsible to furnish all tools and equipment required to install the spray system and perform the tests specified in this specification. The Government shall furnish no tools or equipment. 8.6 The contractor shall supply and deliver with the spray system three original copies each of "as built" standard manuals containing all necessary electrical wiring diagrams (drawn according to NFPA standards) hydraulic schematic diagrams, operator's manuals, parts lists, preventive maintenance instructions and manuals (drawings of spray system components and all other instructions for operation and maintenance of the spray system and its peripheral equipment). All electrical diagrams shall contain average electronic characteristic waveform and voltage readings at pre-selected points throughout the system. Refer to CDRL A001 and A002 attached. 9.0 Training and Technical support requirements. Technical Assistance shall be provided during installation and start-up. During the start-up period on-site training shall be provided by a certified manufacture technician to instruct HAFB personnel in the use and maintenance of the system for a minimum of 5 days for multiple day and swing shifts. Local certified technical assistance shall be provided with a 24 hour response time (during normal business hours) during the period of time of the manufacturer's warrantee. 10.0 Inspection and Run-off test requirements. The contractor shall be responsible for the performance of all inspection and test requirements specified in this Purchase Specification. Robert Darby from 309 CMXG/ ENM (801)777-3389 shall be given the opportunity to witness this testing. 10.1 Tests. The spray system shall pass the following tests or it shall be rejected: Ratio Checks of A and B components of 1:1, 2:1, and 50:1 6301 System must perform for two work weeks of normal operation without down time due to system inadequacies or improper installation by supplier, other than that required for cleaning and standard maintenance. 11.0 Acceptance of the spray system. If the spray system fails to pass any test in the requirements of this Purchase Specification it shall be rejected. After the spray system has passed all of the tests required by this Purchase Specification, the spray system will be accepted by the 309 CMXG/ENM. The 309 CMXG/ENM will sign the test report indicating that the tests were witnessed by a representative of the using activity and that all of the tests were performed satisfactorily. 12.0 Warranty. Items proposed shall be warranted as is customary in the trade. The standard commercial warranty, if applicable, shall apply to items offered in response to this solicitation. Offerors are requested to include a copy of each applicable warranty with their response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-11-R-0040/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02603524-W 20111008/111006234320-ce20be8f4155fd1983a0311ee56f08b4 (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.