Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

53 -- BLAST CABINETS WITH MISC. ITEMS

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-17-T-0079
 
Archive Date
10/8/2017
 
Point of Contact
Brian Patrick Fortune, Phone: 6013131608
 
E-Mail Address
brian.p.fortune.mil@mail.mil
(brian.p.fortune.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number is W9127Q-17-T-0079 is issued as Request for Quotes. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-95 effective 19 Jan 2017. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 332999and the Small Business Standard is 750 employees. All responsible sources may submit a quote, which if received timely, will be considered by the USPFO-MS Purchasing and Contracting Office. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure their quote meets all the requirements identified herein. It is the responsibility of the interested parties to review this site frequently for any updates/amendments to this solicitation. FOR REQUESTED ITEMS- SEE SPECS DELIVERY ADDRESS:1108TH AVCRAD HANGAR 1, HEWES AVE GULFPORT, MS 39505 All offerors must include Fed Tax ID #, CAGE and DUNS Number. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The following FAR provisions apply: 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; DFAR 252.203-7000-Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7996 - Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements DFAR 252.204-7008 - Compliance With Safeguarding Covered Defense Information Controls DFAR 252.225-7031 - Secondary Arab Boycott of Israel FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-6-Restrictions on Subcontractor Sales to the Government; 52.204-10-Reporting Subcontract Awards.; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-36, Affirmative Action for Workers with Disabilities; Full text of these clauses may be accessed on-line at http://farsite.hill.af.mil/vffara.html. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. This announcement is the solicitation which will result in a firm fixed-price contract. Proposals are due no later than 5:30p.m., CDT, 23 Sept 2017. Submit quotes via email to SSG Brian Fortune, brian.p.fortune.mil@mail.mil ; mail to: USPFO-MS-PC, Attn: SSG Brian Fortune, 144 Military Drive, Flowood, MS 39232-8861. If mailing, please call to confirm receipt. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, and addressed to SSG Brian Fortune, brian.p.fortune.mil@mail.mil SPECS: Pressure Blast System will be used to deliver, reclaim, and contain the Blast Media, the part to be blasted and collect the dust from blast process. Product Description & Specs : CLIN 0001 •- 72" deep x 72" wide 62" high #11 gauge cabinet •- 62" deep x 58" high door opening with (2) swing doors located on the right side of the cabinet •- 900 CFM externally tuneable reclaimer (rated at 6" S. P.) •- 900 CFM Dust Collector •o 200 sq. ft. cloth •o 2 HP blower on clean air side •- Pressure blast system •o 1 cubic foot pressure vessel with 3/16" ceramic nozzle •- Electrical Requirements: •o 230 volt •o 60 hz. •o Single phase CLIN 0002 •- 48" Diameter turntable perforated steel top, 3/16" thick •o 1,500 Lb. capacity (4" off center loading) •o Special sealed bearings, H.D. construction •o Manual Rotation •o Pneumatic fold down door assembly •o Right side of cabinet CLIN 0003 •- Rubber Curtains for walls and doors (black) CLIN 0004 •- Front wall curtain (black) CLIN 0005 •- 3/16" Boron Carbide pressure nozzle CLIN 0006 •- Boron carbide exhaust valve restrictor CLIN 0007 •- Heavy Duty 6" conveying hose upgrade for 1 cubic foot pot CLIN 0008 •- Reclaimer Inlet Wear Plate •o Externally replaceable - 900-1200 CFM CLIN 0009 •- Reclaimer Ultrawear •o internal lining - 900 to 1200 CFM CLIN 0010 •- Cabinet Air inlet silencer CLIN 0011 •- Dust Collector Silencer with Damper for Baghouse or CDC CLIN 0012 •- Automatic Bag Shaker •o For standard baghouse •o 115 volt •o 60 hz •o 1 phase Requirements: System must be delivered to 1108 th TASMG facility as specified: •- Vendor will provide 24 hour response time for service calls if equipment is not functioning •- Vendor must be a factory authorized service center Safety Data & Packaging: •- Manuals must be provided with equipment from manufacturer •- If material formulation is subsequently changed from initial data sheet, a revised data sheet must be supplied to, or concurrent with, the first shipment of material with the revised formulation Packaging : •- Material will be prepared for shipment in accordance with commercial practice to ensure carrier acceptance and safe transportation to the point of delivery •- Packaging will conform to carrier rules and regulations applicable to the m ode of transportation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-17-T-0079/listing.html)
 
Place of Performance
Address: 1108TH AVCRAD, HANGAR 1, HEWES AVE, GULFPORT, MS 39505, GULFPORT, Mississippi, 39505, United States
Zip Code: 39505
 
Record
SN04687541-W 20170922/170920232840-3bd50c36b7b12c09bce1f5b38b0590e8 (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.