SOLICITATION NOTICE
54 -- Pre-Assembled Blastroom
- Notice Date
- 2/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component 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, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-T-0028
- Archive Date
- 3/16/2012
- Point of Contact
- Melissa Bucci, Phone: 7323231578
- E-Mail Address
-
melissa.bucci@navy.mil
(melissa.bucci@navy.mil)
- 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-12-T-0028 is listed as a request for quotation (RFQ) for one (1) Pre-Assembled Blastroom for the NAWCAD St. Inigoes Annex, Patuxent River, Maryland with the salient characteristics as provided under item (vi) below. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53. (iv) The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size standard of 500 employees. (v) Contract Line Item Number (CLIN) is as follows. CLIN 0001 - Description: Pre-Assembled Blastroom to include related items, "turn key" installation, functional verification testing, and operator training (as specified in Section (vi) below). Part Number (P/N): (provide P/N) Qty: 1 ea. Provide pricing for the unit price / each:_________ Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. This procurement will utilize salient characteristics. All offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) The Pre-Assembled Blastroom must possess the following salient characteristics to meet the program's requirement: CLIN 0001. Pre-Assembled Blastroom 1.0 SALIENT REQUIREMENTS: CLIN 0001 is for a Pre-Assembled Blastroom, related items, "turn key" installation, functional verification testing, and operator training. Included service will be a site survey and removal and disposal of the existing Blastroom and associated equipment; and installation of the new- replacement Blastroom system at the same location. The system is located in Building B-8143 at NAWCAD St. Inigoes Annex, Patuxent River Maryland. If requested, the Navy can furnish photographs and layout of the existing site to facilitate preliminary planning. New installation should immediately follow removal of the old system. General Requirement specifics include: • Planning site survey and resulting installation planning drawings to be approved by the Navy • Full Safety Interlock Systems throughout compliant to all applicable OSHA equipment standards. • Manufactured under ISO Quality Manufacturing standards 2.0 EQUIPMENT: 2.1 BLAST ROOM AND RELATED DELIVERY SYSTEM: • Room Dimensions: 14' Long X 7' Wide X 8' Tall • 150 PSI rated and ASME coded • Proven Heavy-Duty and Reliable Design with Automatic Drain Moisture Separator • Access Doors: double swing, Full Width and Full Height Work Door, plus Personnel Access Door, and Viewing Window. • Lighting: Ceiling mounted lighting in dust-tight explosive-proof enclosure and fluorescent tubes mounted in the reflector housing. Four (4) each light fixtures. • Electric Primary Power: 460V/3-phase/60 Hz. • Externally Mounted Control Panel with Automatic Start Sequence • Pressure Pot: Six (6) cu ft, to be compatible with plastic media • Blast Hose: Twenty-Five (25) ft. long flexible hose • Nozzle: 3/8 in. Carbide Venturi Blast Nozzle • Pneumatic Remote Controls • All related and needed: Hose, Metering Valve, Couplings and Gaskets. • Rubber Lining in Media Flow Transition Elbows. • Room configured for Cross-Draft Ventilation with good airflow to prevent clouding • Floor Grating rated for 2,000 lb/sq ft. 2.2 MEDIA RECOVERY SYSTEM: • Cyclonic Reclaimer for Light-Weight Media • Floor Area configured with Full-Area "M" section array to collect Media • Exhaust Flow Booster (5) HP (minimum) for 1200 CFM flow capacity. • Performance to provide 95% (minimum), pure good media at blast nozzle • Vortex Cylinder Adjustment to be made Externally 2.3 DUST COLLECTION SYSTEM • Downflow design • Continuous-Duty Rated and Heavy-Duty Construction. • Exhauster (10) HP (minimum) for 4000 CFM airflow capacity • Filter Elements: OSHA approved, High-Efficiency, Large Area, Cartridge type. • Filter Cleaning via Automatic Reverse-Pulse system. • Pressure Gage to allow monitoring of differential pressure between the dirty and clean side of the filters. • (55) gal dust drum. 2.4 OPERATOR SAFETY EQUIPMENT: • OSHA Approved High Pressure Helmet with spare lenses, 50 ft respirator hose, CPF-20 Air Filter, 1 pair of leather gloves, 1 pack of helmet outer lenses, and 1 Heavy duty blast suit (size Large) 3.0 WARRANTY & SUPPORT: • The Blastroom and associated equipment shall be warranted by the manufacturer for at least one year from date of shipment including parts and labor. • Technical labor support, if required, for one year beyond warranty 4.0 MANUALS: • Supply one (1) each copy of Operations and Maintenance Manual including: o Detailed drawings and wiring schematics o Supply and reclaim system schematics. 4.0 FIELD INSTALLED EQUIPMENT: • Vendor to remove from B-8143 all existing blasting equipment, • Remove all existing equipment from Webster Field, St. Inigoes, MD • Install in B-8143 one (1) each new Pre-assembled Blastroom with above mentioned equipment 5.0 TRAINING: • Vendor shall provided one (1) day of on-site training for three (3) personnel 6.0 SHIPPING: • FOB Destination 7.0 ACCEPTANCE TESTING: • Perform equipment start - up • Provide all demonstrations needed to certify that the equipment is fully operational and meets the above specifications. • Provide written certification that the equipment meets the above specifications and is fully operational. (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery of the unit shall occur no later than 14 weeks after date of contract award. Inspection and Acceptance is at Destination. Units are to be shipped FOB destination to the following address: Naval Air Warfare Center Aircraft Division (NAWCAD) 17579 Webster Field Road St. Inigoes, MD 20684 Attention: Joe Bailey/Pat Woodburn (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a), Award will be made to the responsible offeror whose quotation is lowest in price, based on the total price of one unit and in full compliance with all requirements set forth in this solicitation; (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212.7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Offers are due no later than 4:00 PM EST, Thursday, March 1, 2012, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25252MB, Melissa Bucci, Hwy 547, Bldg. 562-3C, Lakehurst, NJ 08733-5082. Or electronically to melissa.bucci@navy.mil. Electronic submission is acceptable and encouraged. Facsimile offers will not be accepted. (xiv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Melissa Bucci, 732-323-1578, e-mail: melissa.bucci@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-T-0028/listing.html)
- Place of Performance
- Address: 17579 Webster Field Road, St. Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN02677390-W 20120218/120216235059-02fc0514ec16965f1b0311605a1f6f42 (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 |