Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2006 FBO #1637
SOLICITATION NOTICE

34 -- Environmental Control Dust Collection Booths

Notice Date
5/19/2006
 
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
61040032
 
Response Due
5/24/2006
 
Archive Date
6/8/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW 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 separate written solicitation will not be issued. NAICS: 333319 SMALL BUSINESS SIZE STANDARD: 500 employees This is a sole source purchase, DO NOT SUBSTITUTE ITEMS. Do not submit partial quotes, please submit quotes for all item listed below Sole Source Vendor is: Donaldson Company Inc., Minnesota, 55440-1299 This item is being purchased sole source because of compatibility concerns with equipment already installed, large existing specialized part inventory, and man-hour cost of retraining on new machinery. The purchase of 1 DWS6-7 Downflow WorkStation and 5 DWS6-4 Downflow Workstations with installation. STATEMENT OF WORK: I. GENERAL REQUIREMENTS A. SCOPE OF WORK. 1. This specification establishes the minimum requirements for the acquisition of all labor and materials required for the installation of Downflo? WorkStation dust collectors in building 670 in the Commodities Maintenance Group (402 CMXG). The contractor shall be responsible for all items needed for a complete installation based on the typical workstations as specified. 2. The project includes five (5) DWS6-4 Downflo? WorkStation dust collectors (Width = 15? Depth = 15? Height = 9?) and one (1) DWS6-7 Downflo? WorkStation dust collector (Width = 26.25? Depth = 11.25? Height = 11?) II. CONTRACTOR?S RESPONSIBILITIES. A. GENERAL 1. Provide all materials, labor, equipment, and services necessary for complete installation of the five (5) DWS6-4 Downflo? WorkStation dust collectors. 2. Provide all materials and equipment for one (1) DWS6-7 Downflo? WorkStation dust collectors. Complete unit will be delivered to B670 at Robins AFB but will not be installed by the contractor. 3. Provide products that are new and free from defects. B. PRODUCT REQUIREMENTS 1. All components and hardware shall be standard items of the same manufacturer unless otherwise noted. C. SUBMITTAL REQUIREMENTS A. GENERAL 1. Written statement within contractor?s submittal package substantiating compliance with requirements as stated in this statement of work. Any deviations from these requirements should be stated and explained. 2. The manufacturer shall provide a written commitment to non-obsolescence, which ensures that all components therein shall not be rendered obsolete by future enhancements to the system. B. PRODUCT LITERATURE 1. One set of installation and operation manuals along with replacement parts manuals will be provided for each workstation. C. MANUFACTURERS WARRANTY 1. A complete copy of the manufacturer?s warranty. D. DELIVERY, STORAGE, AND HANDLING 1. The contractor shall be responsible for the receipt, storage, off-loading, and handling of all materials and supplies until area is prepared for workstation installation. 2. Prior to delivery, each container/box shall include the specific part number, a brief and abbreviated description of the item, and the Government Order Number. Final Acceptance shall not take place until all of the required items are properly installed and the required final walk-thru inspection has been accomplished. E. INSTALLATION AND SITE PREPARATION 1. All products shall be assembled and installed in strict accordance with the manufacturer?s installation procedures. 2. The equipment specified should be installed in 402 CMXG area stated in the above location, Robins AFB, GA. The vendor shall be responsible for providing all necessary items required for the initial operation and demonstration of the entire system. 3. The contractor shall be the authorized installer for the manufacturer, and shall furnish all labor and materials necessary to assemble and install the equipment. 4. The contractor shall coordinate the inspection/review and installation date with the Government point of contact. 5. The contractor shall conduct a pre-installation meeting with the user and applicable facility, electrical, telephone, and computer personnel to ensure minimum disruption of normal operations during installation. He or she will have examined the installation site to determine the conditions under which the work is to be performed. 6. The contractor shall assume full product liability for damage during shipment to the customer and throughout the installation. The contractor shall be responsible for insuring that the correct parts are ordered and received in good condition. 7. The contractor shall meet the shipment, unload, uncrate, and deliver the product to the installation area. Contractor shall assume full liability for damage until completion of the installation and acceptance by designated Government representatives. 8. The government shall be responsible for all electrical wiring from existing power source to within 15? of each installed workstation. Contractor will connect power to each installed workstation 9. Normal working hours shall be between 7:00 AM and 4:00 PM local time, Mondays through Fridays with the exception of Government holidays and work curtailment days. Other hours of work may be arranged with the approval of the Contracting Officer at no additional cost to the Government. 10. Contractor shall remove all Styrofoam, plastic bags, and any other trash from cardboard containers. These trash items should be disposed in the nearest refuse dumpster located near bldg. 670. The cardboard containers shall be broken down and recycled in the cardboard recycling dumpster located near bldg.670. Removal of large quantities of waste or cardboard boxes should be coordinated by the Government Representative by contacting 478-926-5820,ext. 189. All of the waste disposal instructions included in this paragraph shall be performed on a daily basis. 11. The contractor shall provide a single point of contact that will be responsible for coordinating all phases of the systems furniture installation. This individual shall be on-site at all times during installation should any problems occur. Any delays or problems should be reported to the 78th CONS/PKP Contracting Squadron Office. 12. A final walk-thru inspection shall be conducted with the installation foreman and using activity after installation has been completed. Any components damaged, missing, or installed incorrectly will be listed and a copy given to the Base Contracting Officer. A suitable time frame for correction of these problems will be allowed. III. WORKSTATION REQUIREMENTS DESIGN FLOW: 5500 cfm per power module, face velocity 133 fpm minimum STANDARD HOUSING: Power module is ledge-less inside, constructed of 14-gauge steel, and all welded. Tubesheet and base plate are made of 10-gauge steel. Power modules bolt together for modular system extension. FINISH COATING: Exterior surfaces are primed gray and painted with a blue finish. Interior surfaces are primed with gray. FAN: High performance acoustical airfoil fan with aluminum wheel mounted in separate fan compartment completely lined with silencer foam for maximum noise control. MOTOR: 7.5 Hp, 3450 RPM, 460 V, 60 Hz, 3 phase, TEFC. Motor must be directly coupled to fan and prewired. SOUND LEVEL: The overall average sound pressure level must not exceed 68 dB(A) at an operator position of 1.5 m high and 1 m from each of the four sides of the cabinet. Time-weighted pulse cleaning measurements average 84-86 LAEq Max. Sound measurements can be based on reading taken in a hemianachoic chamber and under free field conditions and may not reflect the influences of actual operating environments OPEN LOUVER INLET: Open louver inlet door must be reversible and capable of being used alternately as a high or low dust/fume inlet depending on the application. Louvered inlet directs airflow away from the dust drawer to reduce re-entrainment of dust, resulting in lower pressure drop and longer filter life. FILTERS: The media in each filter cartridge must incorporate a durable outer layer of nanofibers that intercept even the smallest particles at the surface of the media. Independent laboratory testing has must confirm that the cartridges have a Minimum Efficiency Reporting Value (MERV) of 13 based on the ASHRAE 52.2-1999 test standard. Ultra-Web cartridges also achieve start up efficiencies of 99.9% on 0.2-2 micron dust particles, earning a rating of ?M? as determined by the BIA European Institute for Occupational Safety. Each filter cartridge must contain at least 190 square feet of media. FILTER ACCESS: Filter cartridges must be accessible through the front doors of the collector and by loosening the 3-lobe knobs. Cartridges must slide easily off and on to the yoke. No tools are required for filter removal / installation. FILTER CLEANING: Filter cartridges shall be cleaned by periodic pulses of compressed air as delivered through high performance air control components. Pulsed air backflushes in the opposite direction of normal airflow and into a patented venturi-style cleaning system. The cleaning system shall be located in a fully enclosed clean air plenum lined with silencer foam for maximum sound control. REQUIRED SERVICES: WorkStations shall require a maximum of 0.86 cubic feet of 50 psig clean, dry compressed air per valve per pulse. Compressed air is to be supplied by customer. CLEANING CONTROLS ? ELECTRICAL CONTROL PANEL: Electrical control panel shall consist of IEC disconnect and motor starter, Magnehelic? gauge, and programmable logic controller (PLC). Includes a choice of two cleaning modes, continuous or after-shift. The after-shift cleaning mode pulse cleans the filter cartridges in a unique shutdown sequence to eliminate direct worker exposure to pulse noise while dust is kept in the booth. All components are mounted in a NEMA 12 enclosure. DUST STORAGE: Each power module shall include two plastic dust storage drawers for a total capacity of 2.2 cubic feet (1.1 cubic feet per drawer). BOOTH PACK HARD WALL ACOUSTICAL PANELS: The interior of the booth and the top front of the power module shall be lined with 2" thick fiberglass sound abatement material compressed to a thickness of 1". Acoustical panels are comprised of silver aluminum vinyl coated fiberglass cloth in a diamond-quilted pattern, with edges bound and sewn. AVCFC both sides. The panels are resistant to sparks, abrasion, oil, dust and dirt, and has a flame spread and smoke developed ratings of -5, based on ASTM Designation E-84 (70). The panels can be steam cleaned or washed with standard industrial cleaners. BOOTH LIGHTING PACK: Dust Tight Lens Fixture pack includes 40 watt, 48" long, two-bulb fluorescent fixtures. Fixtures provide 80-100 candles of light 30? from floor when using 40 watt bulbs. OUTLET AFTERFILTERS: HEPA after filters are required. MEMBRANE AIR DRYER WITH INTEGRATED FILTER REGULATOR: shall be included to removes moisture from compressed air with no moving parts or electricity. MANUALS: Installation and operation manuals along with replacement parts manuals will be provided. IV. CONTROLLED AREA REQUIREMENTS. This project involves work on Robins Air Force Base, which is a secured military facility. Allow for 45 minute waits for escorts at arrival. Contractor personnel shall obtain proper personnel identification from the Security Police and/or visitor?s gate to be worn at all times within the controlled area. Vehicles used for the delivery of equipment, supplies, or tools which cannot be hand-carried will be admitted if they have a company logo prominently displayed. The Contracting Official shall be notified if contractor requires a pass greater than 3 days. The contractor shall not continuously obtain 3-day passes to gain access to the base. V. ADDITIONAL REQUIREMENTS. A. Under no circumstances shall the contractor use Government equipment or manpower during this installation, i.e., fork lifts, ladders, tools, etc. B. The installation shall start at the time of initial delivery to each area within building 670. VI. TECHNICAL REPRESENTATIVE A. The Contracting Officer will designate the technical representative for the government at the time of contract award. The Contracting Officer is the only person authorized to make changes to the contract on behalf of the Government. B. The on-site government point of contact (POC) shall be Gene S. Pierce, 402 CMXG/MXCOPA, 478-222-4073 or Charles Comeau, 402 CMXG/MXCOPA, 478-222-4078. Prices should be FOB Destination (Robins AFB GA 31098). The following clauses (current through FAC 2005-03 effective 11 Apr 05) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items ? Jan 05; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Quotations may be faxed to 478-926-7549 or email kyle.ingram@robins.af.mil no later than 24 May 06, 4:00 pm EST. The anticipated award date will be by 25 May 06.
 
Place of Performance
Address: Robins AFB
Zip Code: 31098
Country: USA
 
Record
SN01053886-W 20060521/060519220842 (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.