MODIFICATION
16 -- Aircraft Wheel Washer
- Notice Date
- 9/7/2018
- Notice Type
- Modification/Amendment
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 186 MSG/MSC, MS ANG, 6225 M STREET, MERIDAN, Mississippi, 39307-7112, United States
- ZIP Code
- 39307-7112
- Solicitation Number
- W9127Q-18-R-0033
- Archive Date
- 10/2/2018
- Point of Contact
- Jared A. Garner, Phone: 6014849838, Ned L. McCormick, Phone: 6014849860
- E-Mail Address
-
jared.a.garner2.mil@mail.mil, ned.l.mccormick2.mil@mail.mil
(jared.a.garner2.mil@mail.mil, ned.l.mccormick2.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W9127Q-18-R-0033, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101. This requirement is 100% set-aside for small business. The NAICS code is 333249 and the small business size standard is 500 Employees. This requirement is for a StingRay 3032 Aircraft Wheel Washer. All items must be new. Prototypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. Standard Features & General Construction Green Technology: Stainless Steel Cabinet & Wetted Standard Components Heavy gage Sheet Cabinet Thickness Pump with Stainless Steel Shafts, Fasteners and Viton Seals Auto Fresh Water Rinse Cycle Auto Steam Exhaust System Auto Programmable Oil Skimmer System Engineered Wheel Wash Power Blast Manifold Oscillating Wash Manifold to Maximize Cleaning 1 Station Aircraft Wheel Fixture fits most wheel sizes Removable Internal Reservoir Cover allows Full Access to machine reservoir Swing Door Retracting Turntable for Maximum Access Electronic Water Level Control & Refill Easy to Service Front Wash Pump Suction Strainer Adjustable Electronic Digital Temp Control, 2 line display present value & set-point Control Transformer External of Panel minimizes Heat Programmable 24 Hour 7 Day Clock Low Water Shut-off Protects Pumps & Heating System Electronic Door Safety Interlock Wash Cycle Timer with Auto Reset 460 V - 60 Hz 3-Phase with 120 V Controls Standard 208 VAC or 575 VAC optional International 50 Hz upgrades for 380, 400, 415 VAC Chemical Resistant Two Part 3 mil Epoxy Coating Technical Requirements: • 30" to 40" turntable and 30" to 40" work height designated Aircraft Wheel Washer with custom manifold system for removing rubber bead from wheels • Swing door with door mounted turntable that automatically retracts when door is opened • Turntable Height above Floor: 20" - 40" • Stainless Steel Cabinet • 30 kW of electric heat minimum at 460 V 60 Hz. • Oscillating Power Blast Manifold non-synchronous to the turntable • Wash load will be blasted from a different angle of impingement with each pass by the nozzles. • Minimum 30 hp Pump System • Minimum 30 hp pump has a total system flow of a minimum of 250gpm, with a system pressure of a minimum of 150 psi at the PUMP and at blast velocity of a minimum of 140 fUsec. • Quick-load Non-scarring Main and Nose Wheel Fixtures designed for specific wheels • Heated Fresh Water Rinse System. • Operating Temperature 160-195 degrees • Wash Pump Suction Strainer • 10" to 18" Stainless Steel Oil Skimmer • Remote Grease Fitting SS for PBM Swivel • Reservoir Capacity must be 100 gallons Minimum • Sludge Capacity must be 30 gallons Minimum • Programmable Dual Channel 24 hour - 7 day Programmable Clock • Electronic Door Safety Interlock • Wash Cycle Timer with reset function • Automatic Water Level Control & Refill • Adjustable Electronic Temperature Control with stainless steel thermocouple • Low Water Shut-Off • Removable Internal Reservoir Cover • Electrical System to meet NFPA 79, includes Safety Power Disconnect, Hour Meter, Turntable Jog, Lifting Lugs, Drain and Clock Override • Operating/Maintenance Manual and not cut sheets • Site Training • Freight to Military Facility Wheel Washer will be required to come with a Steam Exhaust PVC Kit w/ Swivel Flanges & Fasteners; and Maintenance Kit, and Touch-up Paint. Government will provide the following: 1. Electrical power supply to wall-mount NEMA rated non-fused disconnect within 15 feet of equipment location with up to 100A at 480V. 2. 1” water supply with backflow apparatus and pressure regulator with 1” full port valve (sweat connection). 3. 120V power for tools used during equipment setup. Contractor will be responsible for the following: 1. Delivery, unloading, uncrating/unpackaging, erection, and placement of the equipment. Contractor will be required to provide any and all tools, equipment, etc. 2. Connection of electrical service from Gov-provided disconnect to the equipment. 3. Connection of water service from 1” full port valve (sweated) to the equipment. 4. All start-up, troubleshooting, and training of machine. 5. Delivery of warranty, O&M Manuals, and any extra parts. Equipment must be capable of installation in an area no larger than 120” wide, 140” long, and 83” tall to include any allowances for clearances, walkways, equipment maintenance and repair, and ventilation as necessary. Equipment must have a waste tank or reservoir for waste water with a minimum volume of 100 gallons and must not require a piped drainage system. Drainage will be performed manually. A drainage port with valve is preferred on the reservoir but not required. Items must meet the technical requirements to be considered for award. Evaluation – Commercial Items: the Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and technical considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation technical requirements and is able to satisfy the Government’s requirements. 1. Price: The Government will evaluate offers based on the total price for the basic requirement. To evaluate price reasonableness, a comparison will be made amongst all received proposals and the Government's estimate. 2. Technical Qualification: A vendor's proposal will be evaluated on technical acceptance. Proposals that do not meet technical requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. To be rated as Technically Acceptable, the quote must either be for the brand name product specified above or be for an equivalent product. “Or equal” items shall be comparable with the minimum salient characteristics as listed in under Standard Features and Technical Requirements and shall be determined technically acceptable by the Government prior to award. Furthermore, the requirement must be delivered no later than 120 days after date of contract. Table 1. Technical Ratings Rating Description Rating Description Acceptable Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Technical Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. All interested and qualified small business sources are encouraged to submit a quote, which shall be considered by the agency. Period of acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days form the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Proposals of modification of proposals received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-10 Reporting Executive Compensation and First-Tier subcontract Awards, FAR 52.219-28, Post-Award Small Business Program Repesentation; FAR 52.222- 21, Prohibition of Segregated facilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-3 Protest After Award; FAR 52.233- 4, Applicable Law for Breach of Contract Claim; FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; DFARS 252.209-7993 (Dev); FAR 52.222-99. The clause at DFARS 252.204- 7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; Full text of these clauses may be accessed on-line at http://www.arnet.gov or http;//farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed price contract. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System of Acquisition Management database @ www.sam.gov and shall be considered for award. SAM is a mandatory requirement for all DOD Government contracts. You must be registered in order to be eligible for award of a contract. All quotes must be sent to SrA Jared Garner at: Fax 601-484 -9087; e-mail jared.a.garner2.mil@mail.mil; or mail directly to 186th ARW, 6225 M Street, Meridian, MS 39307-7112. Quotes are required to be received not later than 3:30 PM CST, Friday, 17 September, 2018. POINTS OF CONTACT; Technical questions regarding this requirement may be addressed to SrA Jared Garner at jared.a.garner2.mil@mail.mil. Contracting questions for this requirement may be addressed to SrA Jared Garner at jared.a.garner2.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-3/W9127Q-18-R-0033/listing.html)
- Place of Performance
- Address: 6225 M Street, Meridian, Mississippi, 39307, United States
- Zip Code: 39307
- Zip Code: 39307
- Record
- SN05078281-W 20180909/180907230944-c627e3d337d3bc2fc6d176b5a8f5fa11 (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 |