SOLICITATION NOTICE
54 -- REPLACE BLASTING BOOTH (CCAD)
- Notice Date
- 4/29/2020 1:48:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G20Q3085
- Response Due
- 5/6/2020 7:00:00 AM
- Archive Date
- 05/21/2020
- Point of Contact
- Kimberly E. D. Bass, Phone: 8178861066, John H Rodgers, Phone: 8778661048
- E-Mail Address
-
kimberly.e.bass@usace.army.mil, john.h.rodgers@usace.army.mil
(kimberly.e.bass@usace.army.mil, john.h.rodgers@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 4/29/2020 RESPONSES to RFI Electrical Scope 1.��� For the (4) new booths, new 60A electrical disconnects have been supplied.� The (2) 24' wide booths will require a 100A electrical disconnect each.� Therefore (2) existing 60A electrical disconnects will need to be upgraded.� Please advise who will be responsible for the upgrade of the electrical disconnects. Response to RFI:�� See Amendment.� Depending on the electrical requirements of each manufacturer product, the selected Offeror would have to make some upgrades. In this case, two 60A branch circuits would have to be removed and replaced with two 100A branch circuits.� The disconnect switches, conduit, conductors, and circuit breakers in the branch circuit panel would have to be upgraded.� Compressed Air Scope 1.��� The existing compressed air drops are not in the correct location.� The drops will have to removed up to the ball valve at ceiling height and then rerouted to the exterior booth walls or booth module.� Please advise who will be responsible for the relocation of the compressed air drops. Response to RFI:� Government will be responsible for relocating the compressed air drops and will need cut sheets on booths to determine location of drops. 2.��� The compressed air drops are painted white.� Please advise who will be responsible for painting the new compressed air piping? Response to RFI:� Offeror will match existing color.� EXISTING FILTER 1 BENCHTRON SYSTEMS - Electrical Scope 1.��� After reviewing the existing electrical panels on the Benchtron systems, it was noticed that some of the electrical components in the panels are in poor condition.� It is impossible to tell what will work or not work until the systems are energized.� Electrical parts and fixtures will be quoted separately as needed. Response to RFI:� Offeror shall use their best judgment and bid as you see it. 2.��� Only (6) systems were found in storage.� System #7 is in use.� Who will disconnect the utilities (electrical and compressed air) to the unit that is currently operational? Response to RFI:� Government will disconnect Utilities.� Compressed Air Scope 1.��� Any modification required to existing air drops will be quoted separately. Response to RFI:� Government will be responsible for relocating the compressed air drops and will need cut sheets on booths to determine location of drops. Rigging 1.��� It is stated in the bid scope that CCAD production team will deliver the Benchtron systems to the Composite Shop.� Where will the systems be placed exactly?� Will the systems clear all openings leading to the new work area? Response to RFI:� See amendment.� Offeror will need to relocate (from a building approximately 1 mile away) all 7 Benchtron Systems to the Composite Shop.� They will need to unpack, install, dispose of packaging material and debris.� The systems will clear all opening leading to the new work area.�� Specifications and Manuals 1.��� Please provide specifications and installation/operation manuals to the existing Filter 1 Benchtron systems. Response to RFI:� See amendment for installation/operation manual to Benchtron systems.� End of RFI Responses Description of Work: Purchase and Install: � Two (2) 12 foot wide sanding booth and � Two (2) 24 foot wide sanding booths in the Composite shop Phase 1 area. Features: a) two (2) New booths that have a nominal working area inside the booth of 12 foot wide X 8 foot high X 8 Foot deep (11.25 Minimum X 7.5 Minimum X 7.5 Minimum). The booths will operate on 460V/60Hertz/3 Phase power. The booth will be compatible with sanding Fiberglass and composite materials. The Face Velocity will be a minimum of 125 FPM. The primary filter will be a minimum of 12 MERV Cartridge style with a built in self-cleaning method. Typical self-cleaning method is by using reverse air pulses, but other method are acceptable. Booths will have secondary HEPA rated filtration. The booths will include pressure gages to determine when filters need replacement. The walls and ceiling of the booths will be solid with sound insulation installed. Booths are to include lighting fixtures. Contractor will provide rigid EMT style conduit from booth to electrical disconnect. Contractor shall provide connection and air drops. b) Two (2) New booths that have a nominal working area inside the booth of 24 foot wide X 8 foot high X 8 Foot deep (23 Minimum X 7.5 Minimum X7.5 Minimum ) The booths will operate on 460V/60Hertz/3 Phase power. The booth will be compatible with sanding Fiberglass and composite materials. The Face Velocity will be a minimum of 125 FPM. The primary filter media will be a minimum of 12 MERV Cartridge style with a built in self-cleaning method. Typical selfcleaning method is by using reverse air pulses, but other method are acceptable. Booths will have secondary HEPA rated filtration. The booths will include pressure gages to determine when filters need replacement. The walls and ceiling of the booths will be solid with sound insulation installed. Booths are to include lighting fixtures. Contractor will connect booth to electrical disconnect and air drops. c) Contractor shall procure and install the Quantity four (4) sanding booths:� Two (2) twelve (12) foot nominal width and two (2) twenty-four (24) nominal width. The contractor shall provide all the labor and material to complete the job. Contractor shall provide EMT conduit run and all wiring from the Disconnect to the control panel on the booth. Contractor shall complete the airline connections to the Sanding Booths. Contractor shall provide four (4) air tool connection points inside the booth, two (2) on each side. Contractor shall start-up and operate the equipment to demonstrate that installation is complete. Contractor shall demonstrate that FPM meets OEM specification sheets.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/98ed1c74f4554157840602d94586d19e/view)
- Place of Performance
- Address: Corpus Christi, TX 78419, USA
- Zip Code: 78419
- Country: USA
- Zip Code: 78419
- Record
- SN05639916-F 20200501/200429230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |