SPECIAL NOTICE
49 -- Intent to Sole Source-Repair/Upgrade Media Blast System
- Notice Date
- 8/14/2012
- Notice Type
- Special Notice
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-12-R-5706
- Point of Contact
- Linda M. Ehrhart, Phone: 7852741542
- E-Mail Address
-
linda.ehrhart@us.army.mil
(linda.ehrhart@us.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a notice of intent to sole source award to Abrasive Blast Systems, Inc., 418 NE 14th ST, Abilene, KS 67410. to repair/upgrade an existing media blast system. CONTROL NO. N/A JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION Program/Equipment : $257,125.00 Abrasive Blast Systems, Inc., Abilene, KS Authority: FAR 6.302-1 "Only One Responsible Source and No Other Supplies Will Satisfy Agency Requirements" Prepared by: Linda M. Ehrhart Title: Contracting Officer Tele: 785-274-1542 DATE: August 13, 2012 I have reviewed this J&A and find the justification adequate to support other than full and open competition. COMPETITION ADVOCATE: USPFO for Kansas: Col Terry L. Fritz Tele: 785-274-1201 Signature:_____________________________ DATE :___________________ JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION JUSTIFICATION 1. Contracting Activity: U.S. Property and Fiscal Office for Kansas, 2737 S. Kansas Ave., Topeka, Kansas 66611-1170. 2. Description of Action: Repair/Upgrade Media Blast System Equipment 3. Description of Supplies: SUBJECT: MATES SOW, Technical Specification and Justification for Abrasive Blast System Upgrade 1. MATES, UIC W8UNAA, has conducted research with the Original Equipment Manufacture (OEM) on our Media Blast System to determine the required components and specifications to upgrade our worn and degraded system. The specifications and brief explanation contained below shall supplement the documentation provided by Abrasive Blast Systems, INC of Abilene, KS. In conducting this research, we contacted other companies in the media system trade with all companies' contact not providing any information, site visits, or pricing estimates. As this is an upgrade / repair to the original equipment, sole source is requested if fiscal law regulations will allow. 2. The technical specification and descriptions listed below are to detail the requirements for the upgrade of our system and to help supplement the documentation provided by Abrasive Blast Systems, Inc on their recommendations as the OEM. a. As this is an upgrade to our current system, all components shall meet the space, electrical, air pressure/ pneumatic requirements, dust collection system and filter bank, and ventilation of currently installed equipment. This project does not intend to replace any of these components, and therefore the upgraded system must operate utilizing these existing parts, components, and dimensions of the blast system. b. SOW / replacement / upgraded items of the project: Replacement of the Pressure vessel, storage hopper, recovery cyclone, recovery system blower, recovery sections, 1) Pressure Vessel system: Replacement of the pressure vessel system the provides 20 cubic foot pressure plumbed for two operators. 2) Recovery System: Replacement of the recovery blower and starter motor with variable speed drive. New recovery cyclone with 3500 CFM urethane rubber lined cyclone with airwash. Replacement of all three blast bay troughs / plenum's and contained components. Replacement of all media ducting. 3) Screen and storage hopper: Replace current storage hopper with 16 cubic foot screen storage hopper with vibrating screen section, access door, and powered slide gates. 4) Hoses and Nozzles: 75 foot of heavy duty blast hose with blast nozzles 5) Installation of a blast room feed valve monitor and control system. 6) Powered media classifier 7) Removal of components being replaced and installation of new / upgraded components. MATES will disposal of all components removed / replaced. 8) Instruction, technical manuals, and training on system components and operation of system. 4. Authority cited: 10 U.S.C. 2304©(2) or 41 U.S.C. 253©(2) referenced under FAR 6.302-1, Only One Responsible Source and No Other Supplies Will Satisfy Agency Requirements. 5. Reason for Authority Cited: The equipment was purchased from Abrasive Blast Systems, Inc. who will provide repair, upgrade and maintenance services for the equipment. 6. Actions to Increase Competition: Will advertise on FBO Special Notice for Intent to Award Sole Source. 7. Market Survey: MATES contacted other companies in the media system trade. No information, site visits, or pricing estimates were provided. 8. Interested Sources: N/A 9. Fair and Reasonable Cost Determination: 10. Procuring Contracting Officer Certification: I certify that this J&A is accurate and complete to the best of my knowledge and belief. Name: LINDA EHRHART _________________________________ Title: Contracting Officer Date: August 13, 2012 Any change to this notice shall be authorized only by the Contracting Officer and will be issued by written addendum. Convincing evidence of your ability to provide these items must be provided no later than 12:00pm CDT on Friday, August 24, 2012 and may be faxed or e-mailed to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170. Fax to (785) 274-1642, Attn: Linda Ehrhart; or e-mail to: linda.ehrhart@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-12-R-5706/listing.html)
- Place of Performance
- Address: A & 5th Street BLDG 1460, Fort Riley, Kansas, 66442, United States
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02839811-W 20120816/120815001813-fe98cd92fe1689d1f392ef990f1e0a11 (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 |