Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
SOLICITATION NOTICE

54 -- VENTILLATION & HEATING SYSTEM FOR PAINT BOOTH

Notice Date
8/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FISC Seal Beach, 800 Seal Beach Blvd, Code 250, Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0981
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A SEPERATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). This Procurement is issued as 100% Small Business Set-Aside. The RFQ number is N00244-06-T-0981. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 20060814. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332312 and the Small Business Standard is 500 employees. The Fleet & Industrial Supply Center Seal Beach requests responses from qualified sources capable of providing: Line Item 0001: Ventilation System for Paint Booth, 1) Exhaust plenum to house 60-72 three-stage filtration cells (exceeding NESHAP ? MACT compliance), to include Ultra Flow HEPA filters @ 99.99% removal efficiency on particles 0.3 microns in size. The exhaust plenum is to be made of a tubular steel frame and skinned with 16 gauge steel, prepped, primed and painted, with custom mechanical hold down devices for each HEPA filter to insure no exhaust air by-passes these filters. 2) The exhaust filter bank is to be designed for 50,000 cubic feet per minute (CFM), or ~100 feet per minute (fpm) cross draft flow of air through the spray chamber. 3) Large horizontal transitions, which allow for an even, uniform pull of air through the filter bank, are to be constructed within a tubular steel frame assembly for easy handling. 4) The air is to be channeled through two ~48? diameter ducts through the building wall to two Bac kward Inclined Centrifugal Fans with Airfoil wheels and AMCA B construction capable of delivering 25,000 CFM ea. @ 3.5? WG ea. with a 40 horse power (HP) premium efficiency totally enclosed fan cooled (TEFC) motor. Also to be included is an OSHA approved drive cover. The fans are to be provided with vibration isolation and factory mounted on stands ready to be set on a pad or concrete pillars with the necessary footings. The fans are to be positioned in an up blast discharge orientation. 5) The exhaust stacks should each consist of a rectangular to round transition, ~48? diameter duct with an up blast, non back draft stack head to discharge a minimum of 6? above the building roofline. The up blast discharge velocity is to be ~3000 fpm. 6) The Air Makeup Unit (AMU) is to be a direct-fired natural gas unit able to deliver 50,000 CFM of air with a 4,000,000 btu/hr burner capable of a 50 degree temperature rise. The burner manifold is to be fire marshal approved. The unit is also to be provided with a mounting stand and an intake filter section, and an open-close discharge damper. The forward curve, twin fan assembly is to be powered by a 60 HP premium efficiency, TEFC motor. The makeup air is to be ducted through the building wall and will provide a balanced building condition. 7) A control panel shall be provided with a 200 amp @ 480 VAC main disconnect that is lockable. Within the control panel shall be Allen Bradley Variable Frequency Drives (VFD?s) to power the exhaust fan motors. As the exhaust filters take on a load, the VFD?s will speed up the exhaust fan motors to maintain a consistent exhaust ventilation rate regardless of loading conditions on the filters (maximum 1.25? load). 8) In order to monitor the exhaust flow rate, a multi port air flow station will be mounted on each exhaust duct. An integrated Allen Bradley programmable logic controller (PLC) will both control and record air flow data, as required. Also, a Class I, Div. I pressure transmitter will provide continuous monitoring of the pressure drop across the exhaust filter bank, and in the event the hi or low limits are not maintained, the PLC will initiate a system shut down, with a fault message to appear on the Allen Bradley User Interface Screen indicating the problem. The exhaust filter bank pressure drop reading should also be capable of being recorded. 9) The system shall be capable of displaying numerous other latching and non latching faults in the message box to facilitate trouble shooting and servicing of the equipment. Each time a fault message appears, a red strobe light on the top of the control panel will be activated. 10) Provide interlocks for fire suppression and other OSHA requirements. 11) Include in the Budget Estimate Price the delivery and installation of all components listed above, including a forklift and personnel lift rental, and local crane services. Also include the wiring of all necessary components (local electrical contractor), Engineering drawings with CT, PE stamp, air balance, startup and training, and O&M Manuals. Exclusions: Owner shall provide 100 amp, 480 VAC feed into Control Panel. Owner shall connect sufficient gas service to AMU (max. 5 psi). Owner shall provide building penetrations as required for exhaust ducts and supply air duct. Owner shall provide concrete pad with footings or concrete pillars with footings as required to set ventilation equipment. Also not included is a fire suppression system, both design and installation as may be required for the exhaust plenum and exhaust ducts. Delivery at Naval Base Norfolk, VA. FOB Destination All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Governme nt. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes Fixed Price; DFAR 252.243-7001 Pricing! of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 7/11/05; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-34 F.O.B Destination. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company?s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 1:00 PDT, September 8, 2006 and will be accepted e-mail martha.daugherty@navy.mil or via FAX 562-626-7275, Attn: Marty Daugherty. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
Click here to learn more about FISC San Diego
(https://www.navsup.navy.mil)
 
Record
SN01130341-W 20060901/060830221728 (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.