SOLICITATION NOTICE
44 -- Hepa Air Ventilation System
- Notice Date
- 7/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- M0014611TP060
- Response Due
- 8/12/2011
- Archive Date
- 8/28/2011
- Point of Contact
- Angela Little 252-466-4415 Sherry Kelly 252-466-2846
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation No. M00146-11-T-P060 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense FAR Supplement (DFARS) Publication Notice DPN 20110629. (iv) This acquisition is set-aside 100% for small businesses. The North American Industry Classification System Code is 333411 with a corresponding small business size standard of 500 employees. (v) Purchase Order line item number, quantity, and unit of issue: Item 0001Hepa Air Ventilation System1 each (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for a air ventilation system in accordance with the requirements of the following Purchase Description: PURCHASE DESCRIPTION 1.0Scope: This Purchase Description defines the Government s minimum requirements for a HEPA Air Ventilation System for combustible dust. The system shall be a turn-key installation and used in Shop 93567, Building 133. 2.0General: Shop 93567 has 66 Dynatrol Vertical Turret Lathe PA#65887603571 that machines parts and produces combustible/hazardous dust which requires an HEPA air purification system for containment. 3.0Applicable Documents: U.S. DEPARTMENT OF LABOR, OCCUPATIONAL SAFETY AND HEALTH ADMINSTRATION (OSHA). 29 CFR 1910 (Latest Edition) Occupational Safety and Health Standards. 29 CFR 1910.147 - Control of Hazardous Energy (Applications for copies should be addressed to U.S. Department of Labor, 200 Constitution Ave, N.W., Washington, D.C. 20210) U.S. NAVY OPNAVINST 5100.23 (Latest Edition) - Hearing Conversation and Noise abatement, Chapter 18. (Copies of specifications, standards, drawings, and publications required by suppliers in connection with specific procurement functions should be obtained as directed by the contracting officer.) ITEM UNIQUE IDENTIFICATION MARKING (IUID) DFAR 252.211-7003(latest Edition) Item Identification and Valuation MIL-STD-130(latest Edition) Identification Marking of U.S. Military Property FLEET READINESS INSTRUCTION (FRCEASTINST) FRCEASTINST 5090.1 (latest edition) - Environmental Compliance FRCEASTINST 9077.1 (latest edition) - Electrical Arc Flash Safety Program National Fire Protection Association NFPA 484- Standard for Combustible Metals US ARMY CORPS of ENGINEERS US Army Corps of Engineers Safety and Health Requirements Manual - EM 385-1-1. (A copy of this instruction can be acquired by World Wide Web at "http://www.usace.army.mil/publications/eng-manuals/em385-1-1/entire.pdf") 4.0ESSENTIAL CHARACTERISTICS: HEPA Air Ventilation System requirements are: 4.1System Floor Space: Maximum floor space available for collection system is 4 wide by 4 deep by 8 overall height. 4.2Electrical Service Available: 480 volt, 3 phase, 60 cycle, power shall be fed from a bus duct and the contractor shall supply bus plug. 4.3Collector features: The system shall be a high efficiency water filter type collector for safe and effective ducted capture and evacuation of combustible/hazardous metal/material dust. 4.3.1 The collector system shall be minimum factor rated at 3000 cubic feet per minute at three (3) inches external static pressure. 4.3.2 HEPA mini pleat type after filters shall be utilized with a minimum efficiency of 99.7% at 0.3 microns. 4.3.3 Filter housing system shall utilize Spark Resistant Class 2 high performance fan with minimum 5 horse power Totally Enclosed Fan Cooled Motor (TECF) positioned out of the airstream. 4.3.4 The system shall have acoustical lining to reduce noise exposure. 4.3.5 The system shall have chevron vane mist eliminator filters. 4.3.6 The system shall have electronic water level control, of low water and over-flow water alarms. The system shall have a wet dust collector sump with a minimum of 80 gallon sump water capacity, with viewing panel. The system sump shall allow for easy clean-out. 4.3.7 Magnetic motor starter with push button on/off, overload protection in NEMA 1 enclosure, 480 volt 3 Phase. 4.3.8 Water pressure magnehilic (large dial) type gauge. 4.3.9 The system shall have corrosion resistant galvanized steel construction or better, all wet surfaces shall have a protective coating for corrosion/rust resistance. 4.3.10The system shall meet NFPA 484 Standard for Combustible Metals. 4.3.11The filter housing system capture plenum shall have a minimum of 7 diameter rear side inlet collar for easy ducting to articulating arm for air extraction describe in section 4.4. 4.4CONTAMINATE EXTRACTOR/ARTICULATING ARM: The contaminant extractor/articulating arm shall have the ability to be located from the center of the table of the 66 Bullard Dynatrol VTL to the outer perimeter of the table from 1 above table to 48 above table. This flexibility will require a minimum of 7 diameter by 10 long externally supported contaminant extractor/articulating arm. 4.4.1 The contaminant extractor/articulating arm shall have no-sag type joints. 4.4.2 The contaminant extractor/articulating arm pickup shall be a minimum of 12 to a maximum of 14 diameter spun aluminum bell mouth style hood. 4.4.3 The contaminant extractor/articulating arm shall have UL class 2 rated spark-resistant flex sections, and shall be oil resistant. 4.4.4 The contaminant extractor/articulating arm shall be mounted to the floor using heavy steel mounting bracket of the extractor/articulating arm, and located in correct position to effectively reach area described in section 4.4. 4.5 Choice of Language: The choice of language displayed on the operator console, decal plates, manuals, operator instructions, maintenance recommendations, and data plates shall be English. 4.6Item Unique Identification Marking: System shall include the appropriate marking per DFAR 252.211-7003 and MIL-STD-130. 5.0Additional Notes For Installation 5.1Delivery/Setup: The system shall have a delivery date not to exceed 45 calendar days after contract award. Set-up and installation shall be clearly documented in the manuals as to the description of system installation procedures and all installation requirements. All installation hardware and special hardware shall be supplied with the system. 5.2The Contractor s Installation Responsibility: The contractor shall be responsible for a turn-key install of the Hepa Air Ventilation and any required operator training. The installation and training shall be completed within 30 calendar days after delivery of the system to the FRC East. The contractor shall provide all lifting devices, pallet jacks, scissor lifts, and forklifts of sufficient height for mechanical installation. The contractor shall provide all services for all mechanical erection. The contractor will supply the electrical wiring, conduit, and breaker for installation and connect to the system. The contractor shall consolidate crating material to dedicated location, provide enclosure and cover for crating material, and remove all crating material. Note; the building is on the edge of an aircraft flight line and containment of crating material is mandatory daily to eliminate possible flight hazard. During installation contractor shall meet all requirements of EM 385-1-1 and FRCEASTINST 5090.1. 5.3Destination Acceptance: The contractor shall submit one (1) copy of their standard test procedures. The system shall be tested at the factory using the manufacturer s standard test procedures prior to shipment. A copy of the test results shall be sent with the system and identified by serial number of system. The contractor shall perform a system acceptance test after installation at FRC East. The destination acceptance test will be witnessed by the FRC East Plant Engineering (6.3.1) during normal working hours, Monday through Friday from 6:30 am-3:00pm. The Government reserves the right to perform any or all of the tests during the acceptance. The system listed herein shall meet or exceed all requirements after installation. The Government reserves the right to refuse or return items that do not meet or exceed the manufacturer s factory tests or the requirements that are set forth in the purchase description. If for any reason the system fails to meet or exceed the tests, the system will be rejected and the contractor shall repair any and all discrepancies. The Government has the right to refuse the system for noncompliance if the system fails to meet all test requirements. 5.4Technical Manuals: Two (2) sets of printed technical manuals and one (1) digital set on CD-ROM shall be provided. The CD-ROM shall be delivered 30 days prior to delivery of the oven; the printed manuals shall ship with the oven. Documentation shall include at a minimum: wiring diagrams, operations, installation, maintenance, preventive maintenance, illustrated parts break down, recommended spare parts list, vendors literature, mechanical schematics, and electrical/electronic schematics. The technical manuals shall provide a best practice approach to the preventive maintenance actions. Tasks shall be clearly defined, include all special options and specify periodicity. Size, quantity, and types of filters, belts, lubricants, etc. shall be noted. The contractor shall provide the footprint or drawing of equipment with all facility requirements within 10 days after contract award. All technical data furnished shall be written in the English language, and all measurements shall be notated in the SAE Standard. 5.5Warranty: System shall be covered by the manufacturer s standard commercial parts and labor warranty. The warranty period shall begin upon government acceptance. 5.6Safety: This system shall comply with all applicable Occupational Safety and Health Standards per 29 CFR 1910. In addition, this system shall not exceed 84 dBA noise level in accordance with Hearing Conservation and Noise Abatement Chapter 18, OPNAVINST 5100.23. 5.7Lockout/Tagout: A single point disconnect for lockout/tagout shall be provided for the system preventing all stored energy from release. The contractor shall provide a procedure to bleed off any residual energy per 29 CFR 1910.147. The lockout/tagout procedure shall be included in the manuals for reference prior to repair or maintenance of the system. 5.8Hazardous Material: Contractors shall comply with FRCEASTINST 5090.1 Environmental Compliance, before introducing to, or removing any hazardous materials from the FRC East. 5.9Shipping: All items shall be shipped to the below point of contact and address: Receiving Officer Attn: William Cohen Cunningham St. Bldg. 159, Bay Door R4 MCAS Cherry Point, NC 28533-0021 (vii) Vendor s quote shall include their quoted firm-fixed unit price and technical solution for the Hepa Air Ventilation System. The vendor shall describe in detail and provide adequate technical information that demonstrates how their quoted product meets or exceeds the minimum requirements of the Purchase Description. The vendor shall submit technical and price quotes in accordance with the following instructions. 1) INSTRUCTIONS FOR THE PREPARATION AND EVALUATION OF QUOTES a) Technical Quote Instructions i) This acquisition will utilize the streamlined evaluation procedures set forth in FAR Part 13. As such, the Government does not desire the submission of detailed quotes addressing each aspect of the specification in response to this RFQ. Rather, the vendor s technical quote shall include: (1) A statement that the vendor understands and will comply with all requirements set forth in the Purchase Description; (2) A detailed description of the vendor s technical approach to each of the paragraphs listed in Section 4.0 Essential Characteristics - of the Purchase Description; (3) Schedule for delivery and installation of the system (in accordance with paragraphs 5.1 and 5.2 of the specification); and, (4) Proposed Warranty. ii) In addition to the above, the vendor s technical quote may include additional information as to how the vendor s proposed equipment will meet or exceed the Government s minimum requirements. Evaluation of technical approach will be based upon the extent to which the vendor thoroughly and accurately describes their overall technical solution, highlighting any additional information that the vendor believes will make their quote more competitive. b) Price Quote Instructions. i) The vendor s price quote shall include their proposed firm-fixed unit price for providing a Hepa Air Ventilation System in accordance with the requirements of the specification. c) Evaluation of Quotes 1) Evaluation procedures pursuant to FAR 13.106 will be utilized. The Government will make an award to the vendor whose quote represents the best value to the government. Quotes will be evaluated in an efficient and minimally burdensome fashion. The Contracting Officer may conduct comparative evaluations of quotes pursuant to FAR 13.106-2(b). a) The Government will award a contract resulting from this request for quotes to the responsible vendor whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The following factors shall be used in the technical evaluation of quotes: (i) Technical Capability. This factor will evaluate the vendor s ability to meet or exceed the Government s minimum technical requirements, especially in response to the paragraphs referenced. Technical evaluation will be conducted as follows: 1. Vendor s quote will be reviewed in its entirety to determine whether it meets the minimum technical specification requirements. If the quote fails to meet the minimum technical specification requirements, the areas of the vendor s technical quote that fail to meet the minimum technical specification requirements will be documented. 2. Vendor s response to the RFQ will be reviewed and advantages or disadvantages will be identified. (ii) Price. Evaluation of price will be done on a comparative basis without examining the specific cost elements of the Vendor, provided there is adequate competition received in response to this Request for Quotes. If only one quote is received, the Contracting Officer will use alternate price analysis techniques other than competition to make a determination that quoted prices are fair and reasonable. a) The Government will select the vendor(s) whose quote(s) is (are) considered most advantageous to the Government. The Government may award a purchase order to other than the lowest priced quote if determined to be most advantageous to the Government. (viii) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (ix) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252-203-7002, Requirements to Inform Employees of Whistleblower Rights, 252-204-7003, Control of Government Personnel Work Product, 252-204-7004 Alt A, Central Contractor Registration, 252.211-7003, Item Identification and Valuation, 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Material, 252-225-7002, Qualifying Country Sources as Subconractors, 252-232-7010, Levies on Contract Payments, 252-225-7000, Buy American Act- Balance of Payments Program Certificate, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. (x) The following clause is hereby incorporated in full-text and is to remain in full force in any resultant purchase order: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (End of clause) (xi) Additional purchase order requirements and terms and conditions which shall be incorporated into any resultant purchase order: (a) ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xii)This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. (xiii) Quotes submitted in response to this notice must be received no later than 3:00 p.m., EST on 12 Aug 2011. Quotes may be e-mail to angela.f.little@usmc.mil ; faxed to 252-466-4415, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 a.m. and 4:00 p.m EST. (xiv) Points of Contact for information regarding this solicitation: Angela Little, Contract Specialist, Phone 252-466-4415, Fax 252-466-8492 Email angela.f.little@usmc.mil. or Sherry Kelly, Contracting Officer, Phone 252-466-2846, Fax 252.466.3452, Email sherry.kelly@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611TP060/listing.html)
- Record
- SN02513770-W 20110730/110728235335-ec8ecc58cf25cf616d7d7abe82cda643 (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 |