Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

34 -- purchase and installation of Media Blasting Equipment

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F25600-02-T-0114
 
Response Due
8/19/2002
 
Point of Contact
Andrew Peterson, Contract Admin, Phone 402-232-5967, Fax 402-294-0430, - Charles Brembry, Contract Specialist, Phone 402-232-5931, Fax 402-294-0430,
 
E-Mail Address
Andrew1.Peterson@offutt.af.mil, charles.brembry@offutt.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F25600-02-T-0114 is issued as a request for quotations. 55 CONS intends to issue a purchase order for Two (2) Media Blasting Machines. Statement Of Work OFFUTT AFB NE: 55MXS/LGMFS TITLE: Purchase two (2) Media Blasting Machines 1. SCOPE: Provide all material and time to deliver, install, and operations check two (2) media blasting machines with reverse pulse cartridge dust collectors and with Hepa filtration (specifications below) in the Corrosion Control section of the Bennie Davis Maintenance facility; exact placement to be stated upon arrival of machines. Require that both machines and attachments be delivered and fully operational with glass and plastic media. 2. DESCRIPTION OF EQUIPMENT: The first Media Blasting machine must have a work chamber measuring 57-inches wide by 58-inches deep by 53-inches high (exact). The cabinet viewing safety glass window must be at least 20 inch by 30 inch and be a quick-change design (minimum). The cabinet is to have double doors with heavy-duty seals to prevent media dust escaping. Each door is to be double walled for noise reduction. The cabinet is to be equipped with an Air Logic system that ties the foot pedal control with the double doors. In the event the door(s) are opened, the pressure to the foot control pedal is interrupted preventing the #3 tungsten carbide nozzle from operating. The machine must have a ?Thompson Grit Valve? designed to precisely control the flow of media during blasting without clogging. Heavy-duty seals are to be used throughout the entire machine. The media blast hose is to be ?? in diameter. The machine is to have a 30-inch diameter, 500-pound capacity turntable used with a rail system for easy loading and unloading of parts. The length of the rail system needs to go the entire length of the cabinet and extend between (5) five feet and (7) seven feet outside of the cabinet on the side of the double doors. The media blaster must come with a Reverse Pulse Cartridge Dust Collector with 1200 CFM RPH and a HEPA filter. Polyester cellulose filters are to come with the Reverse Pulse Cartridge Dust Collector. There is to be a timer switch to activate the reverse air pulse to knock off the caked on dust from the dust collection system. Included is a media reclaimer (with vortex tube) designed to separate dust and debris from reusable media. It is to have a minimum of 1200 CFM with a tungsten inlet wear plate for extended reclaimer life. The Electrical power supply needs to be 5HP, 220V, 3PH, and 60Hz. The Nozzle installed on this unit is a #3 type nozzle measuring 3/16? nozzle orifice, 38 CFM at 80 psi, and 45 CFM at 100 psi The second Media Blasting machine must have a work chamber measuring 69-inches wide by 70-inches deep by 63-inches high. The cabinet viewing window (made of safety glass) must be at least 20 inch by 30 inch and be a quick-change design. The cabinet is to have double doors with heavy-duty seals to prevent media dust escaping. Each door is to be double walled for noise reduction. The cabinet is to be equipped with an Air Logic system that ties the foot pedal control with the double doors. In the event the door(s) are opened, the pressure to the foot control pedal is interrupted preventing the #3 tungsten carbide nozzle from operating. The machine must have a ?Thompson Grit Valve? designed to precisely control the flow of media during blasting without clogging. Heavy-duty seals are to be used throughout the entire machine. The media blast hose is to be ?? in diameter. The machine is to have a 30-inch diameter, 500-pound capacity turntable used with a rail system for easy loading and unloading of parts. The length of the rail system needs to go the entire length of the cabinet and extend between (5) five feet and (7) seven feet outside of the cabinet on the side of the double doors. Also a 3.0 Cubic Foot 60 degree cone Blast Machine for Plastic Media. The media blaster must come with a Reverse Pulse Cartridge Dust Collector with 1200 CFM RPH and a HEPA filter. Polyester cellulose filters are to come with the Reverse Pulse Cartridge Dust Collector. There is to be a timer switch to activate the reverse air pulse to knock off the caked on dust from the dust collection system. Included is a media reclaimer (with vortex tube) designed to separate dust and debris from reusable media. It is to have a minimum of 1200 CFM with a tungsten inlet wear plate for extended reclaimer life. The Electrical power supply needs to be 5HP, 220V, 3PH, 60Hz. The Nozzle installed on this unit is a #3 type nozzle measuring 3/16? nozzle orifice, 38 CFM at 80 psi, and 45 CFM at 100 psi. 3. SERVICE CONTRACT: Both media blasting machines need to be covered by a 12-month service/ repair agreement. Supplier will provide phone numbers allowing the Government to call for reporting problems. Supplier must be able to inspect and diagnose the machinery within one workday of initial call. The mission here at Offutt requires an expedient response should repairs or service be required. This solicitation is issued as a 100 percent small business set-aside; the NAICS Code is 421830; the NAICS size standard is 100; and the SIC Code is 5084. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY AWARD DATE will make a bidder ineligible for award. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-2, Evaluation Factors- 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.219-6, Notice of Small Business Set-Aside; 52.222-3 Convict 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 (29 U.S.C. 793); 52.222-37, Employment Reports On Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act As Amended (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.232-33, Payment of Electronic Funds Transfer?Central Contractor Registration; 52.233-3, Protest After Award; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2,Clauses Incorporated By Reference; 52.212-5, Authorized Deviations In Provisions; 52.252-6, Authorized Deviations In Clauses; The following Defense Federal Acquisition Regulation provisions and clauses apply to this acquisition: DFAR 252.204-7004, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.242-9000, Contractor Access to Air Force Installations. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a "link" to procurement opportunities and important information. It is designed to be a "virtual" one-stop-procurement-shop. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a), women-owned, HUBZone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and/or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to the Commerce Business Daily (CBD), federal and state agency home pages, and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov. A hard copy of the Statement Of Work may be obtained from SSgt Andrew Peterson at 55 CONS/LGCA, 101 Washington Square, Building 40, Offutt AFB, NE 68113-2107. Any questions prior to submitting your proposal should be submitted to SSgt Peterson at (402) 232-5967 or via facsimile at (402) 294-0430 or call SSgt Brembry at (402) 232-5931 NLT close of business on Friday, 16 Aug 02. Complete written quotations will be due and must be physically received by the 55th Contracting Squadron/LGCA on Offutt AFB NLT 10:00 AM on Monday, 19 Aug 02. Facsimile copies may be submitted to (402) 294-0430.
 
Place of Performance
Address: OFFUTT AFB, NEBRASKA
Zip Code: 68113
Country: USA
 
Record
SN00135209-W 20020809/020808084937 (fbodaily.com)
 
Source
FedBizOpps.gov 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.