Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

36 -- Modified Downdraft Drive Thru Large Equipment Paint Booths

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-07-T-0104
 
Response Due
9/27/2007
 
Archive Date
11/26/2007
 
Point of Contact
John Anders, 615-313-2650
 
Small Business Set-Aside
N/A
 
Description
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 number W912L7-07-T-0104 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisi tion Circular 2005-17. This requirement is being advertised as an unrestricted acquisition. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instru ctions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) , FAR 52.225-1 Buy America Act Supplies and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Def ense Acquisitions of Commercial Items (JUL 2006) (Deviation). Quotes are due in this office no later than Thursday September 27 2007, (1200) p.m. local central daylight time. They can be emailed to john.anders@ng.army.mil. Offers will be evaluated using th e evaluation criteria outlined in FAR 13. Vendor shall also provide all material handling equipment necessary to unload the product at the designated location as identified in this document. The Tennessee Army National Guard Has the following requirement. I. GENERAL: Provide two (2) Modified Downdraft Drive-Thru Large Equipment Paint Booths at the Combined Support Maintenance Shop (CSMS) located physically in Smyrna, Tennessee. Both booths will be pressurized side downdraft types for painting and drying. II. SPECIFICATIONS/SPECIAL FEATURES: Each booth must be brand name or equal to Model# TB-602414 manufactured by Spray Systems, Inc. A. BOOTH DIMENSIONS AND CONSTRUCTION: The two booths must have interior dimensions of 24 wide by 14 high by 60 long. The exterior dimensions must be 31-4 wide by 19-4 high by 61 long. It must be of robust construction of 18 gauge G90 galvanized prime steel. If steel, it must be corrosion resistant, galvani zed, stainless or epoxy coated. B. PRODUCT DOORS & SIDE ACCESS DOORS: Each booth will have full access openings at the front and rear with product entry and exit bi-fold solid doors. Net opening of each door should be 22-10 ? H x 15-9 W. Each door shall be continuously welded for corrosion protection and have structural tube frame for strength and leak proof wiper type seals at the base with heavy duty safety latches. Each booth will have two (2) 36 x 84 tall side personnel doors with heavy duty safety latches and each door wil l observation windows 18 wide by 36 high with heavy duty safety latches. C. LIGHTING: The booth will have integral lighting that meets UL and NFPA-33 standards. Lights are to be vapor tight. Lighting will consist of 39 each general purpose high efficiency 48, 4 tube, universal ballasts and 8 each vapor tight, rear access high efficiency 48, 4 tube universal ballasts. Lighting must have electronic ballast for energy efficient T-8 tubes. Lighting will be set in framed opening with 3/16 clear tempered glass and must be industrial rated white coated enamel with rear hinged access panel for easy maintenance with universal sockets. D. EXHAUST FANS & MOTORS: Shall consist of four (4) each 42 heavy duty, tube axial exhaust fans with non sparking blade and enclosed belts and bearing. Exhaust fans will have 5 HP, TEFC type, 208/230/460V-60hz-3phase motors. Ventilation will meet UL a nd NFPA standards. Fan s must be cable of exhausting 18,000 CFM @ .5 static pressure, total CFM must equal 72,000. Average velocity of booth must be 50 FPM when empty. The velocity will increase proportionate to footprint of product being coated. The booths will be able to p rovide a curing temperature of up to 160 degrees F. or as code limits. The booths must be complete with air make-up units (AMU). Position of AMUs will be as most economical/efficient. Placement of AMU will be outside the cover building. E. INTAKE AND EXHAUST FILTERS: Must have 120 Viledon PA560G intake filters that are 20 x 25 with built in reinforcement frames located in air input plenum in the ceiling of each booth. Each booth shall have 144 each American Air Filter AG28, UL approved that are 20 x 25 with holding hardware and manometer draft gauge to measure static pressure resistance across the exhaust filters. Exhaust filters must be located along booths exhaust plenum with wire retaining grids. F. DRAFT GAUGE: Each booth must have four (4) each Dwyer Mark II manometers to indicated filter replacement. G. EXHAUST DUCTING: Ducting must meet all uniform fire code requirements. Each booth will have four (4) each 42 exhaust duct packages that consists of 20 straight duct 30 x 48 diameter x 4 long, four (4) each insulated dual wall sections, four (4) e ach square to round transitions 42 x 48 to 42, four (4) each roof flashing, four (4) each motor covers and four (4) each 42 diameter weather canopies. H. GAS FIRED AIR MAKE-UP UNIT: Unit must consist of the following specifications: V2 Unit Arrangement 100% Replacement Air 72,000 SCFM / 0.5 Duct SP / 1.09 Total ESP / BHP: 58.12 Electric Current: 440-480/60/3-3 Wire ETL Label Outdoor Safety Switch Disconnect Unit Location: Outdoor Installation 60 HP Motor  ODP  Two Speed (18,000-900) High Efficiency EPACT 6,998 BTUH (in 1000s) / 90 Temperature Rise (deg F) Gas Pressure: 15 to 1# Natural Gas Gas Controls: ANSI Temperature Control System: 401M  Maxitrol Dual Range Selector4 Dial 55-90/90-140 degrees F and two speed damper package External Discharge Damper with 2 Pos Motor and Interlock Two inch Cleanable Filer V Bank Filter Section Intake Screen Vertical Mounting Stand G90 Galvanized casing- Unpainted Casing Flame Failure Unit Shutdown Operating Lights on remote control panel Clogged Filter Switch with Light Supply Duct Included I. DELUXE VFD AUTO-BALANCE PANEL: Panel for each booth shall have NEMA 12 enclosures with the following features: IEC 22mm Pilot Devices Main Disconnect Branch Circuit Fusing 120 VAC Control Panel Transformer Two (2) each AC Variable Speed Drive for Spray Booth Exhaust Fans Control Panel must include the following items: Keypad for drive programming Indicating Light for Run/On Magnehelic Gauge Light switch and contactors for up to forty-eighty (48) general purpose fixture that requires a separate power and neutral connection. III. MISCELLANEOUS: Booth installation will include all necessary hardware; filters; seals; lighting; electrical cables, connections, switches and panels. All filters will be of standard commercially available design. IV: OPERATION: The booths will be compatible with existing supplied air, electrical, natural gas utilities. Electrical systems needs to be 220 volt with 1or 3 phase preferred. The booths are to be side downdraft (down side-draft) design. V: SAFETY. The unit must meet or exceed the requirements and recommendations of the National Fire Protection Association (NFPA), Standard Number 33 dated 2003, as well as the Occupational Health and Safety Administration (OSHA) CFR 29.1910.107 covering t he operation and construction of spray booths. VI: TRAINING: Upon installation of paint booths by customer the vendor shall provide operational and start up training no later than ninety (90) calendar days from delivery of paint booths. A factory trained representative shall be available on site to instruct and train in the proper operation of the equipment provided. The factory authorized service must be available due to the critical nature of the equipment to the continued uninterrupted require ment of the operation. All components less filters will have at a minimum one (1) year warranty. VII. JUSTIFICATION: The system is required to upgrade the paint system to be compatible with the new water based CARC paint. This is in compliance with the Clean Air Act (SEC 112, 40 CFR). VIII. TIMELINE: Vendor shall deliver booths no later than fourteen (14) weeks after date of contract award. IX. DELIVERY ADDRESS: The two (2) paint booths shall be delivered to the Tennessee Army National Guard's Combined Support Maintenance Shop, located at 321 Weakley Lane, Smyrna, TN 37167. X. AWARD CRITERIA: Contract will be awarded to the vendor who provides the best value to the Government based on the evaluation criteria of adherence to special features/specifications as noted in the above referenced paragraph 2 (a) through (i ), and pr ice. Past performance shall not be an evaluation factor for this requirement. The brand name or equal product shall be Brand Name or Equal to Model #TB-602414 as manufactured by Spray Systems, Incorporated. Descriptive literature shall be submitted out lining the special feature/specification requirements as identified in this document. Neither the contracting officer nor the evaluation team shall be responsible for conducting market research to determine if a vendor meets or exceeds the requirements as identified in this document.
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
Country: US
 
Record
SN01420331-W 20070927/070925224944 (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.