SOLICITATION NOTICE
49 -- Sanding Booth
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- Reference-Number-FE206741530004
- Response Due
- 8/25/2004
- Archive Date
- 9/9/2004
- Point of Contact
- Anna DeLozier, Contract Specialist, Phone (478)926-4316, Fax (478)926-7549,
- E-Mail Address
-
Anna.DeLozier@robins.af.mil
- Description
- This synopsis and solicitation is 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Submit written offers (oral offers will not be accepted) by 25 August 2004. All Statement of Need and Evaluation Factor requirements must be met as they appear in this notice. DESCRIPTION OF ITEMS. This is a combined synopsis and solicitation for the following commercial item: Qty: 1 Sanding Booth --------------------------------------------------------------------------------------------------------------------- SALIENT CHARACTERISTICS FOR SANDING BOOTH Application: Sanding of Phenolic Fiberglass and Chromate Surfaces. PRODUCT DESCRIPTION- Work Space: Width = 15? Depth = 11.25? Height = 7.5? Footprint: Width = 15? Depth = 14.42? Height s/ HEPA?s = 10.9? Design Flow: 4500 cfm per power module, face velocity = 160 fpm BOOTH- The sanding booth shall be of bolted and welded construction using 10, 12, 14, and 16 gauge HRS. The booth shall be designed for a velocity of 160 fpm velocity at the face of the booth with clean filters. The airflow in the booth shall be from front to rear with a horizontal and downward direction as the air is drawn toward the inlet of the power modules. The interior of the booth and the top front of the power module shall be lined with 2" thick sound abatement material. The panels shall be resistant to sparks, abrasion, oil, dust, and dirt. The acoustical panels shall have a flame spread and smoke developed ratings of -5, based on ASTM Designation E-84 (70), and be capable of being steam cleaned or washed with standard industrial cleaners. Sound inside the booth during operation shall not be greater than 75 dba unless the booth is in the cleaning mode. LIGHT PACK- The booth shall have flush mounted and hinged lens light fixtures. Fixtures shall provide 80-100 foot candles of light 30 inches above the floor when using 40-watt bulbs. OPEN LOUVER INLET DOORS- An open louver inlet shall direct airflow away from the dust drawer for reduced re-entrainment of dust, lower pressure drop, and longer filter life. FILTER CARTRIDGES- An independent test laboratory shall state that the primary filter has a filtration efficiency of 99.999% on 0.5 micron particulate. Dust concentration, particle size, airflow, and pulse-cleaning methods all affect filtration efficiency. Under normal operating conditions and based on a 40 hour workweek, filters in the booth shall have an estimated life of 9 months. FILTER CLEANING- Cartridges shall be cleaned automatically using a reverse pulse of compressed air. Cleaning shall be actuated by a preset solid-state control timer. Nominal compressed air requirements shall be approximately 6 scfm at 90 psig. DUST STORAGE- Each booth power module shall include two dust storage drawers for a total capacity of 3 cubic feet (1.5 cubic feet per drawer). FINISH- Filter chamber and all external surfaces shall be primed and painted blue. AFTERFILTERS- Two 24? x 24? x 12? HEPA after filters shall be provided per power module. LADDER PACK AND WALKWAY- Custom ladder pack with walkway and guardrails on top to access and change the secondary HEPA filters shall be provided. ELECTRICAL CONTROL PANEL- Electrical control panel with a NEMA disconnect and motor starter with a Photohelic? gage, and a solid-state timer shall be provided. Included shall be a choice of three cleaning modes, pulsing controlled by a pressure drop, continuous, or after-shift. The after-shift cleaning mode pulse shall clean the filter cartridges in a shutdown sequence to eliminate direct worker exposure to pulse noise while dust is kept in the booth. A 208-volt configuration shall be utilized for the booth. All components shall be mounted in a NEMA 12 enclosure with a black finish. INSTALLATION OF BOOTH- The contractor shall install the booth. Electrical power and compressed air shall be provided by the government within 20? of the final installation site for the booth. MEMBRANE AIR DRYER WITH INTEGRATED FILTER REGULATOR- An air dryer shall be provided that removes moisture from the incoming compressed air with no moving parts or electricity. DUPLEX RECEPTACLES- Four duplex receptacles shall be installed in the booth. Receptacles shall be connected to the main control panel or a separate box with a disconnect. The receptacles will be evenly space along the interior, rear wall of the booth. MANUALS- Installation, operation, and replacement part manuals shall be provided by the contractor. WARRANTY- The contractor shall provide the government with a standard warranty. -------------------------------------------------------------------------------------------------------------------- FOB: Destination for delivery to ROBINS AFB, GA 31098. The quote must list the DUNS number, CAGE code, and Federal TIN. If you need to obtain or renew a DUNS number or CAGE code, please visit http://www.ccr.gov/. All contractors doing business with the federal government must be registered in CCR. PROVISIONS/CLAUSES: The following clauses and provisions are incorporated and in effect through Federal Acquisition Circular 2001-24. Applicable FAR and DFARS clauses are 52.212-1, Instructions to Offerors; 52.212-2, Evaluation - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contact Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. In accordance with clause 52.212-2, the evaluation factors shall be (1) technical capability of the item offered to meet the Government requirement and (2) price. Clauses and provisions are located at http://farsite.hill.af.mil. DEADLINE: Offers are due 25 August 2004 by 2:00 p.m. EDT. Submit offers or any questions to the attention of Anna DeLozier, 78 CONS/PKC, via fax at 478-926-7549.
- Place of Performance
- Address: Robins AFB, Georgia
- Record
- SN00646456-W 20040820/040818212339 (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 |