Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

49 -- Powder Coating Spray Booth

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68335-07-T-0089
 
Response Due
9/12/2007
 
Archive Date
9/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
30 August 2007 - This is an Amendment to combined synopsis/solicitation number N68335-07-T-0089. The purpose of this Amendment is to: 1. Extend the proposal due date to 2:00 PM EST, Wednesday 12 September 2007. 2. Revise the description from "Powder Coating Spray Booth" to "Paint Spray Booth." 3. Provide the revised Specification to reflect the description change. 4. Provide the revised Statement of Work to reflect the description change. The SOW can be found on the NAVAIR homepage located at http://www.navair.navy.mil. Select "Business", then "Doing Business With Us" and "Open Solicitations". 5. Include the following Questions and Answers regarding this combined synopsis/solicitation: The following questions are based on the following excerpt from the specifications. Specification: Filtration: Filters shall have minimum 99.84% filtration efficiency; filters shall be cleanable via automatic pulsing using compressed air; filters shall contain no outer liner. 1. Please indicate the particle size the efficiency is based upon. 2.5 to 10 micron. 2. Pulse cleaning of filters is utilized in cartridge type filtration which is conflicting with the filtration specified. Please clarify or correct. Disregard pulse cleaning. The Specification has been revised to reflect this. The following questions are based on the following excerpt from the specifications. Specification: Minimum eighty (80) lineal feet of safety railing on booth ceiling. Railing shall be OSHA approved. Three (3) catwalks of 3' w x 15' long installed on booth ceiling in order to assist with operator servicing of light fixtures and exhaust fan system. OSHA-approved ladder for ceiling access, to be mounted to the booth. 1. If code approved inside access lights are used and extended lube lines for the fan is it still required to provide costly ladder, catwalks and handrails? Yes, that is a requirement. Additional Question 1. If the booth is returning the air back to the building after the 3 stage and HEPA filter, will you need Carbon Filtration for VOC's or will you exhaust to atmosphere? If it is to atmosphere you could eliminate the HEPA and Carbon. Is this your desire? We have obtained permit approval to exhaust from the building. The coatings utilized will not contain significant VOCs to require carbon filtration. HEPA filtration is a requirement that we expect to see in the design. Offers are due not later than 2:00 PM EST, Wednesday 12 September 2007, to the Naval Air Warfare Center Aircraft Division, Contracts Dept, Code 25212GG, Highway 547, Lakehurst NJ 08733-5082. Offers may be emailed to gianna.gatto@navy.mil. Questions may be addressed to Ms. Gianna Gatto at 732-323-1270. SPECIFICATION: The paint spray booth shall be a self-contained dry-filtered work environment including lighting, dust collection apparatus, and electrical control panel. Specifically, the unit shall be used for the batch, short-run, or special paint application of support equipment. This requirement shall be fulfilled by supplying "commercial items" as defined in Section 2.101 of the Federal Acquisition Regulation. The unit shall incorporate the features described below: Facility Interface Requirements: Overall Dimensions: Approximately 15'4" wide x 24'4" deep x 10'8" high Power Requirements: 460 V, 60 Hz, 3 phase for booth; 120 V, 60 Hz for controls / lighting via stepdown transformers. Air Requirements: Minimum 40 cfm @ 90 psi Installation/Space Requirements: All pieces of the unit shall be designed to fit through a 12' wide x 14' high opening prior to assembly. Complete reassembly instructions, including field wiring diagrams, shall accompany every paint spray booth. Additionally, all parts necessary to reassemble the paint spray booth to final operating condition shall be supplied by the contractor. This includes all wiring, wiring run material (conduit, hangers) junction boxes, seals, belts, etc. Minimum Requirements: Inside Work Area: Minimum of 14' wide x 24' deep x 10' high Air Pressure: The unit shall include a regulator and moisture trap station to control spiking of the incoming air pressure. The air line shall be run inside the booth. Air Volume: 16,000-19,200 CFM total Air Velocity / Air Flow: 100-125 FPM, seasoned filters, total; 125-150 FPM, total for clean filters measured at face of booth as prescribed, per NFPA 33, for powder spraying operations; airflow is from front to rear in a slightly downward horizontal direction. Gauges: A gauge shall be included in order to inform the operator when the filters require cleaning / replacing. Electrical Control Panel: The pre-wired electrical control panel shall be designed with switches / controls to enable operator to clean cartridges by continuous pulsing, pulsing through pressure drop control, and after-shift cleaning. Electrical Outlets: The spray booth shall include electrical outlets for operation of the spray gun and hopper (separate). Lighting: Fourteen (14) four foot long, 4-tube Class I, Div II, inside access fluorescent light fixtures shall be included. Lighting shall exceed 100 foot candles at distance of 3' above booth floor. Lighting shall be evenly distributed throughout the booth. Filtration: Filters shall have minimum 99.84% filtration efficiency; filters shall contain no outer liner. A minimum of twenty four (24) 20" x 20" x 1" filters shall be included. Magnahelic meters shall be provided for each of the filters in order to indicate to the operators when the filters need changing. Fire Suppression: The existing wet fire suppression system shall be removed, modified for the new booth, and reinstalled. Construction: NEMA 12 enclosure, allowing for entry and exit from one side only. Two access doors shall be included for cleaning/maintenance of fans and ductwork. Interior panels shall be designed to resist sparks, abrasion, oil, dust, and dirt. Interior panels shall be designed for maximum ease of cleanup. Instructions and supplies shall be included to enable the interior wall panels to be thoroughly sealed to the concrete floor upon installation in order to prevent escape of air and/or powder. All efforts shall be made to ensure maximum corrosion resistance in the construction of the unit (both interior and exterior surfaces), including but not limited to the prohibition on the use of dissimilar metals and complete priming and surface preparation of bare metal components prior to construction. Doors: Bi-fold, filtered entry doors shall be included. The opening shall be a minimum of 12' w x 8'10" h. Two (2) man-doors with observation windows, including all switches for code compliance, shall be included. Observation windows shall be a minimum of 18" x 24". Standards: All equipment and the project as a whole shall be in conformance with the following: OSHA 1910.107 Spray Finishing OSHA 1910.94 Ventilation OSHA 1910.95 Noise Exposure NFPA 33 (Spray Applications) 29 CFR 1910.107 Ventilation 29 CFR 1926 Safety and Health Regulations for Construction NFPA 33 Standard for Spray Application Using Flammable or Combustible Materials NFPA 70 National Electrical Code NFPA 79 Electrical Standards for Industrial Equipment NFPA 91 Standard for Exhaust System NFPA Life Safety Cycle Code NEMA Industrial Controls and Systems NEMA MGI Motors and Generators Washington State Administrative Code WAC-173-303 (Dangerous Waste) Underwriters Laboratory (UL) 900 Test Performance of Air Filter Units Safety: Airflow through the paint booth and associated components shall ensure that the maximum powder concentration shall not exceed 50% of the LEL or MEC for tri-glycidal isocyanurate (TGIC) powder coating. All powder recovery units shall be pressure-relief vented. Any lighting or electrical equipment located inside the booth must meet Class II, Division I standards for explosion proof equipment. Within a three foot radius of any booth opening, electrical devices must meet Class II, Division II standards for dust tightness. Exhaust from the paint spray booth that is routed inside the building where the paint spray booth is installed must be HEPA filtered. Visible gauges or audible alarm or pressure activated devices shall be installed to indicate that the required air velocity is maintained. Other safety features as follows: Three (3) limit switches shall be included in order to cause system shut down when booth boors are opened. One (1) three way solenoid valve shall be included to prevent spraying in booth when fans are not operational, or when access door is opened. Minimum eighty (80) lineal feet of safety railing on booth ceiling. Railing shall be OSHA approved. Three (3) catwalks of 3' w x 15' long installed on booth ceiling in order to assist with operator servicing of light fixtures and exhaust fan system. OSHA-approved ladder for ceiling access, to be mounted to the booth. Identification: The unit shall be identified with a nameplate containing the following information: Nomenclature Manufacturer?s Name Manufacturer?s CAGE Model Number Serial Number Contract Number This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N68335-07-T-0089 is issued as a request for proposal (RFP). The Statement of Work will appear on the NAVAIR hompage located at http://www.navair.navy.mil. Select "Business", then "Doing Business With Us", and "Open Soliciations". The solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 (and amendments through 22 March 2007). This procurement is set-aside for Small Business. The associated NAICS code is 333999 and the small business size standard is 500 employees. There is one Contract Line Item (CLIN) for one (1) each Powder Coating Spray Booth that meets the requirements of the specification contained herein. Material is to be delivered FOB Destination to UIC N68438 Naval Base Kitsap, Intermediate Maintenance Facility, Attn: Mr. Tom Brandt (360) 315-1368, Code 335, Bldg. 7000, Finback Circle, Rm. S130-PLAS, Silverdale, WA 98315-7000. Requested delivery date is 105 days after contract award. Inspection and acceptance is to be performed at destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this procurement. The following evaluation factors will be used: (1) Technical description (including overall dimensions, power requirements, major component identification, performance qualities, terms and conditions of warranty, features of the equipment and logistics requirements. (2) Past Performance offerors should identify past or current contracts (including federal, state, local and private) for efforts similar to that required for this procurement. Offerors may also provide information on problems encountered on the identified contracts and the offeror's corrective actions. (3) Past Experience and (4) Price. The above factors are equal in weight. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition; the following FAR clauses are checked to apply: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-13 Restrictions of Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. In addition to the ?commercial item clauses, the following FAR and DFARS clauses apply to this acquisition: 252.211-7003 Item Valuation and Identification, and 252.232-7003 Electronic Submission of Payment Requests. Offers are due not later than 2:00 PM EST, Wednesday 5 September 2007, to the Naval Air Warfare Center Aircraft Division, Contracts Dept, Code 25212GG, Highway 547, Lakehurst NJ 08733-5082. Offers may be emailed to gianna.gatto@navy.mil. Questions may be addressed to Ms. Gianna Gatto at 732-323-1270. GENERAL This will be conducted in two phases. Phase 1 will entail an evaluation of each proposal to determine if the proposal is complete in accordance with the criteria specified under Phase 1 below. If a proposal is considered complete, it will be considered for evaluation under Phase 2. The government will then evaluate Best Value based upon the following factors; Technical, Past Performance, Past Experience, Price. PROPOSAL COMPLETENESS (Phase 1) The government will determine whether each Offeror's proposal is complete or incomplete. The government may consider the offer to be incomplete, and the Offeror will not be further evaluated or selected for contract award if: (a) The Offeror omits significant information required by Section L of this RFQ that is considered by the government to be necessary in order to understand the basic aspects of the item(s) proposed. Minor omissions and clarifications may be required of the offeror to still be considered to have submitted a complete proposal. BEST VALUE EVALUATION FACTORS (Phase 2) The following requirements/information will be requested from all firms submitting proposals and offers will be evaluated under FAR 13.106-2 1. Technical description, including overall dimensions, power requirements, major component identification, performance qualities, terms and conditions of warranty, features of the equipment and logistics requirements. 2. Past Performance 3. Experience 4. Price The above factors are equal in weight. The following criteria will be used to identify the response providing the best value to Government: TECHNICAL: Under the factor (1), "Technical Description", the following enhancing characteristics will be considered: a) Simplicity of Operation, b) Safety to Operating Personnel, c) Durability, d) Low Energy Usage, and e) Low Maintenance. Regarding warranty terms, firms will be asked to address the following: a.) Length of warranty period, and what components are covered. b.) Standard terms and procedures concerning repair and replacement. c.) Whether an extended warranty period can be offered. Proposals will be evaluated for vendor understanding of the logistics requirement and the submitted plan for supplying the data and the unique manual with the content required by the Navy. PAST PERFORMANCE: The government will conduct a performance risk evaluation based upon the past performance of the offeror as it relates to the probability of successfully performing the solicitation requirements. Offerors with no past performance will be rated neutrally (offeror receives no merit or demerit for the past performance factor). Past performance of limited relevance will be given less weight during evaluation. The following guidelines apply, and are equal in importance: ELEMENT RATING CONSIDERATION Quality Non-conforming supplies. Contract terminated for default. Warranty work had to be done. Quality awards won. Timeliness Late deliveries of product, data or service Business Professionalism Response to customer inquiries. Problem resolution time and quality Customer Satisfaction Customer willingness to do business with contractor again EXPERIENCE: Each Offeror will be given the opportunity to identify actual experience in designing and manufacturing Powder Coating Spray Booth equipment. In making the determination of past experience, consideration will be given as to whether an offeror has experience in designing, manufacturing, and installing Powder Coating Spray Booth equipment of similar size and type. CONTRACT AWARD After considering the above information submitted in response to the solicitation and information otherwise available, the Government will award to the source providing the best value to the Government. SPECIFICATION: The powder coating spray booth shall be a self-contained dry-filtered work environment including lighting, dust collection apparatus, and electrical control panel. Specifically, the unit shall be used for the batch, short-run, or special thermoset powder coating application of support equipment. This requirement shall be fulfilled by supplying commercial items as defined in Section 2.101 of the Federal Acquisition Regulation. The unit shall incorporate the features described below: Facility Interface Requirements: Overall Dimensions: Approximately 15'4" wide x 24'4" deep x 10'8" high Power Requirements: 460 V, 60 Hz, 3 phase for booth; 120 V, 60 Hz for controls / lighting via stepdown transformers. Air Requirements: Minimum 40 cfm @ 90 psi Installation/Space Requirements: All pieces of the unit shall be designed to fit through a 12' wide x 14' high opening prior to assembly. Complete reassembly instructions, including field wiring diagrams, shall accompany every powder coating spray booth. Additionally, all parts necessary to reassemble the powder coating spray booth to final operating condition shall be supplied by the contractor. This includes all wiring, wiring run material (conduit, hangers) junction boxes, seals, belts, etc. Minimum Requirements: Inside Work Area: Minimum of 14' wide x 24' deep x 10' high Air Pressure: The unit shall include a regulator and moisture trap station to control spiking of the incoming air pressure. The air line shall be run inside the booth. Air Volume: 16,000-19,200 CFM total Air Velocity / Air Flow: 100-125 FPM, seasoned filters, total; 125-150 FPM, total for clean filters measured at face of booth as prescribed, per NFPA 33, for powder spraying operations; airflow is from front to rear in a slightly downward horizontal direction. Gauges: A gauge shall be included in order to inform the operator when the filters require cleaning / replacing. Electrical Control Panel: The pre-wired electrical control panel shall be designed with switches / controls to enable operator to clean cartridges by continuous pulsing, pulsing through pressure drop control, and after-shift cleaning. Electrical Outlets: The spray booth shall include electrical outlets for operation of the spray gun and hopper (separate). Lighting: Fourteen (14) four foot long, 4-tube Class I, Div II, inside access fluorescent light fixtures shall be included. Lighting shall exceed 100 foot candles at distance of 3' above booth floor. Lighting shall be evenly distributed throughout the booth. Filtration: Filters shall have minimum 99.84% filtration efficiency; filters shall be cleanable via automatic pulsing using compressed air; filters shall contain no outer liner. A minimum of twenty four (24) 20" x 20" x 1" filters shall be included. Magnahelic meters shall be provided for each of the filters in order to indicate to the operators when the filters need changing. Fire Suppression: The existing wet fire suppression system shall be removed, modified for the new booth, and reinstalled. Construction: NEMA 12 enclosure, allowing for entry and exit from one side only. Two access doors shall be included for cleaning/maintenance of fans and ductwork. Interior panels shall be designed to resist sparks, abrasion, oil, dust, and dirt. Interior panels shall be designed for maximum ease of cleanup. Instructions and supplies shall be included to enable the interior wall panels to be thoroughly sealed to the concrete floor upon installation in order to prevent escape of air and/or powder. All efforts shall be made to ensure maximum corrosion resistance in the construction of the unit (both interior and exterior surfaces), including but not limited to the prohibition on the use of dissimilar metals and complete priming and surface preparation of bare metal components prior to construction. Doors: Bi-fold, filtered entry doors shall be included. The opening shall be a minimum of 12' w x 8'10" h. Two (2) man-doors with observation windows, including all switches for code compliance, shall be included. Observation windows shall be a minimum of 18" x 24". Standards: All equipment and the project as a whole shall be in conformance with the following: OSHA 1910.107 Spray Finishing OSHA 1910.94 Ventilation OSHA 1910.95 Noise Exposure NFPA 33 (Spray Applications) 29 CFR 1910.107 Ventilation 29 CFR 1926 Safety and Health Regulations for Construction NFPA 33 Standard for Spray Application Using Flammable or Combustible Materials NFPA 70 National Electrical Code NFPA 79 Electrical Standards for Industrial Equipment NFPA 91 Standard for Exhaust System NFPA Life Safety Cycle Code NEMA Industrial Controls and Systems NEMA MGI Motors and Generators Washington State Administrative Code WAC-173-303 (Dangerous Waste) Underwriters Laboratory (UL) 900 Test Performance of Air Filter Units Safety: Airflow through the powder coating booth and associated components shall ensure that the maximum powder concentration shall not exceed 50% of the LEL or MEC for tri-glycidal isocyanurate (TGIC) powder coatings. All powder recovery units shall be pressure-relief vented. Any lighting or electrical equipment located inside the booth must meet Class II, Division I standards for explosion proof equipment. Within a three foot radius of any booth opening, electrical devices must meet Class II, Division II standards for dust tightness. Exhaust from the powder coating spray booth that is routed inside the building where the powder coating spray booth is installed must be HEPA filtered. Visible gauges or audible alarm or pressure activated devices shall be installed to indicate that the required air velocity is maintained. Other safety features as follows: Three (3) limit switches shall be included in order to cause system shut down when booth boors are opened. One (1) three way solenoid valve shall be included to prevent spraying in booth when fans are not operational, or when access door is opened. Minimum eighty (80) lineal feet of safety railing on booth ceiling. Railing shall be OSHA approved. Three (3) catwalks of 3' w x 15' long installed on booth ceiling in order to assist with operator servicing of light fixtures and exhaust fan system. OSHA-approved ladder for ceiling access, to be mounted to the booth. Identification: The unit shall be identified with a nameplate containing the following information: Nomenclature Manufacturer's Name Manufacturer's CAGE Model Number Serial Number Contract Number
 
Record
SN01391153-W 20070901/070830222733 (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.