Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

41 -- Heating System for Paint Booth

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
P-31 Quartermaster Rd, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
DPWSJC0002
 
Response Due
9/8/2016
 
Archive Date
3/7/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is DPWSJC0002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 333414 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-09-08 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001: Indirect Air Make-Up Unit, 1, EA; LI 002: Exhaust System to include: 1 ea.42? Tube axial in-line exhaust fan (25,600 Total CFM @ 3/8? S.P.) Tube axial fans shall feature a continuously welded housing for an airtight seal. The propellers are non-sparking cast aluminum for consistent air velocity at higher static pressures. The universal motor plates will allow adjustable belt tensioning. The bearings are of premium air handling quality, self-aligning, and have an L10 life of 40,000 hours. The belt guard provides protection from the rotating pulley (OSHA Requirement). Fan has been designed per AMCA 210 Standards. 1 ea.7.5 h.p. tri-voltage 208/230/460 volts, 3 phase, 60 Hz TEFC high efficiency motor with variable pitch drive sheave. Motors shall feature a heavy gauge steel frame, double sealed ball bearings that are mechanically locked on the shaft end, and bolt on motor base for easy removal. The service factors for the motor shall be 1.15 for 3-phase power and 1.0 on 1-phase power. UL recognized and CSA certified., 1, EA; LI 003: Control Panel 1 ea.Shall be Pre-wired electrical control panel (480v. 3ph. 3 wire) featuring single point power connection for quick and easy wiring to the line side of the main disconnecting device with NEMA-12 rated enclosure. Shall Include: Main breaker disconnect Motor fuse protection Lighting contactor ? Total of 40 Fixtures ? 4 tube type Lighting fuse protection Terminal strips for field wiring System operating lights Air make-up temp selector UL industrial listing, 1, EA; LI 004: Air Balancing System: 1 ea.Auto-Balance System (Model # AB-7) Shall be Designed to automatically keep the paint booth balanced when in operation. It is recommended on all pressurized booths. This system consists of a variable frequency drives that control the exhaust fan motor, differential pressure gauge and sensing probes. The system monitors the interior booth pressure and will adjust the exhaust fan RPM?s to what is needed for the volume of exhaust air based on what the incoming intake air is. The result is a booth that is balanced automatically and shall stay in balance as the filters load up with paint over spray. System shall increase useful filter life, provide a constant airflow through the booth and the ability to control booth pressure., 1, EA; LI 005: Air Replacement System:1 ea.25,600 CFM In-Direct Fired Gas Heated Outdoor Vertical Mounted Air Make-up Unit to replace the exhaust air from the paint spray booth. Complete with the following: V2 Vertical Unit Arrangement with Side Discharge 100% Replacement Air 25,600 SCFM / 0.5 Duct SP / 1.02 Total ESP / BHP: 22.63 Electric Current: 440-480/60/3 3-wire ETL Label Outdoor Safety Switch (Disconnect) and Motor Starters Unit Location: Outdoor Installation 25 HP Motor - ODP - High Efficiency EPACT 2,400 BTUH (in 1000's) / 85 Temperature Rise (deg F) Gas Pressure: 1# to 5# (Natural Gas) Heat Exchanger: Stainless Steel ? 10:1 Turndown Temperature Control System: 401M - Maxitrol External Discharge Damper with 2 Pos Motor and Interlock V-Bank Two inch Cleanable Filter G-90 Galvanized Casing - Unpainted Casing - 170? wide x 70? deep x 240? high. Intake Screen Burner On/Off Intake Air Ductstat Clogged Filter Switch with Light 0-35?wc Supply Inlet and -5 to +15? wc Burner Outlet Pressure Gauges Vertical Mounting Stand (Unit weight is 17,000 lbs.) Insulated Unit with Flue Duct N.O. Contacts, 1, EA; LI 006: Air Replacement Ductwork:1 lotAir make-up unit ductwork to include: Discharge Ductwork 15 ft.Straight duct 2 ea.90? Vertical elbow 1 ea.Transition to plenum, 1, EA; LI 007: Exhaust Ductwork: 1 lot42? dia. Exhaust ductwork for a 30 ft. high roof to include: 1 ea.8? sections of spiral duct with connecting rings on both ends 1 ea.8? sections of spiral duct with inspection door and connecting rings on both ends 1 ea.Flat roof flange 1 ea.Automatic roof ventilator with ring, 1, EA; LI 008: Assembly Hardware: 1 lotNecessary assembly hardware including all required bolts, nuts, & caulking for a complete mechanical assembly. (Note: Anchor bolts by others unless specified) 1 setExploded view installation drawings for easy assembly, 1, EA; LI 009: Equipment Start up: The safe and proper use of the manufactured equipment requires a start-up, test and balance at the time of installation. A properly trained and equipped service person is available to perform this service on any piece of the equipment. The manufactured equipment may require this service to validate warranty. Before a startup is scheduled, customer must fill out, sign and return the startup check list. Start-ups must be scheduled (14-21) or more days in advance and after the receipt of check list. All equipment shall be painted according to OSHA Standards., 1, EA; LI 010: Delivery/Shipping-FOB Destination Note: If the price is greater than $250 DFAS will request a receipt in order to receive payment for delivery., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 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 Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. The associated North American Industrial Classification System (NAICS) code for this procurement is 333414 with a small business size standard of 500 employees. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report 252.204-7012 Safeguarding of Unclassified Controlled Technical Information IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions All deliveries to Fort Drum shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1889c8a85d659f002963553c6c98f53)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN04261765-W 20160909/160908000930-e1889c8a85d659f002963553c6c98f53 (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.