Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

36 -- USCG ISC Boston SPONGE BLASTING MACHINE

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-08-Q-8248
 
Point of Contact
Jane H McKenzie, Phone: 617-223-3159, Beverly A Primm,, Phone: (617) 223-3119
 
E-Mail Address
jane.mckenzie@uscg.mil, beverly.a.primm@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. HSCG24-08-Q-8248 is issued as a Request for Quotation (RFQ). The applicable NAICS is: 333298 and the small business size standard is 500 employees. This RFQ is issued as a Small Business Set Aside. The FOB delivery location is: USCG Industrial Support Detachment, 259 HighStreet, South Portland ME 04106. Delivery time is 4-6 weeks after receipt of order. Order is expected to be awarded Sept 2008. Offers are due: 1400 EDT 12 Sept 2008 at USCG ISC Boston. Offers may be faxed to 617-223-3145 referencing HSCG24-08-Q-8248 or emailed to: jane.mckenzie@uscg.mil referencing HSCG24-08-Q-8248 USCG ISC Boston has a requirement to purchase: 8/28/08 Requirements for Sponge Blasting System (ISD S. Portland) General Description of Required System – We require an integrated sponge blasting system which will be used to sponge blast a variety of surfaces. Recovery of the used sponge media will be performed by a pneumatic vacuum system. Classification of the used media will occur through the recycler that will then automatically return the reusable portion of the media to the feed unit for further use. The entire system shall be mounted on a single heavy-duty steel frame (excluding 55 gallon drums). Must meet the following specifications and features: ASME Certified 14CF vessel certified for a working pressure of 125 PSI Vessel has a gasketed handhole for interior access Unit has an agitation assembly designed for proper flow of Sponge Media Pneumatic auger driven delivery system to control the quantity of media into the air stream is easily regulated at the control panel Gauges for blast pressure, media feed & line pressure located for convenient viewing Agitation Indicator Eye allows for quick verification of internal components operational status 2" piping with 2" Regulator to assure adequate air flow without restriction Emergency Stop Button located on the exterior of the Control Panel for safety Offers a lockable Main Ball Valve for safety Filters & separators prevent damage from excess moisture Designed to operate in industrial environments with an ambient temperature should be above 0° Celsius (32° Fahrenheit). Lower temperature conditions can employ the use of air line antifreeze. Ships assembled, unit will be ready to use per requirements and instructions in provided Owner's manual or other Sponge-Jet provided literature. (Lubricants may be drained for shipment) Manufactured with high quality components with proven reliability Inbound pressure is typically 8.6bar (125psi), minimum 6bar (85psi) DIMENSIONS / WEIGHT: L x W x H: 246 x 155 x 331(cm) / 97 x 61 x 130(in) Weight: Kg: 2948 / Lb: 6500 Additional Specifications: -Must utilize sponge-based blasting material (can NOT utilize sand-based grit) -Automated blast media recovery system -Recycler must allow for efficient feed to standard steel drums for waste management -Feed unit must have min 399 hp, min. 400L pressure vessel, capable of up to 3000lb of force, be capable of 20,000 rotations per day, integrated control panel -Vacuum ejector must have min. of 370 cfm capable of 3800mm WC max. suction low noise -System must utilize electric classifier Company's quote(s) should include: 1.The solicitation number; 2.The time specified in the solicitation for receipt of offers; 3.The name, address, and telephone number of the offeror; 4.A technical description of the items being offered in such detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; 5.Terms of any express warranty; 6.Price, availability, and any discount terms; 7.Remit to address if different from mailing address; 8.A copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically); 9.Acknowledgement of solicitation amendments; 10.Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same of similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information); 11.If the offer is not submitted on a SF1449, include a statement specifying the extant of agreement with all terms, conditions and provisions included in the solicitation. Offers that fail to furnish the required representations of information, or reject the terms, and conditions of the solicitation may be excluded from consideration; 12.Company Tax Information and DUNS number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain the full text versions of theses clauses electronically at http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (JUNE 2008) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2008) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) The following clauses listed in FAR 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set- Aside (June 2003) (15 USC 644) 52.219-8 Utilization of Small Business Concerns (May 2004) (15USC 637 (d) (2) and (3) 52.222-3 Convict Labor (June 2003)(E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and remedies (Jan 2006) (E.O.13126) 52.222-21 Prohibition of Segregated Facilities( Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) E.O. 11246 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec2001) 38 USC 4212) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201) 52.232-33 Payments by Electronic Funds Transfer Central Registration (Oct 2003) 21USC 3332 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.223-15 Energy Efficiency in Energy-consuming Products (Dec 2007) 52.225-1 Buy American Act-supplies (June 2003) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003) HSAR 3052.211-90 Bar Coding Requirements (DEC 2003) HSAR 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (DEC 2003) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov Contract would be awarded to the offeror whose offer resulting conforming to this solicitation will be most advantegeous to the government, price and other factors considered. Offers will be evaluated on the basis of; technical capability of the item offered to meet the Government requirement, price,and delivery time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb227084a48067fac178707ad4c72b19&tab=core&_cview=1)
 
Place of Performance
Address: USCG Industrial Support Detachment, 259 High Street, South portland, Maine, 04106, United States
Zip Code: 04106
 
Record
SN01660894-W 20080907/080905221540-eb227084a48067fac178707ad4c72b19 (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.