Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOURCES SOUGHT

36 -- Blast Booth,Media Reclaim System and Dust Collection System

Notice Date
5/11/2020 12:27:53 PM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
W25G1VBlastBooth
 
Response Due
6/11/2020 1:30:00 PM
 
Archive Date
06/26/2020
 
Point of Contact
Ronald F Scarnulis, Phone: 5706158223
 
E-Mail Address
ronald.f.scarnulis.civ@mail.mil
(ronald.f.scarnulis.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION� REQUEST INDUSTRY PROVIDE INFORMATION AND A BUDGETARY COST ESTIMATE FOR TURN-KEY AND INSTALLATION OF A BLAST BOOTH, MEDIA RECLAIM SYSTEM, AND DUST COLLECTION SYSTEM AT TOBYHANNA ARMY DEPOT, TOBYHANNA PA 18466 BACKGROUND AND BASIC REQUIREMENTS This Request for Information (RFI) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for providing the turn-key� installation of a blast booth, media reclaim system, and dust collection system to include all necessary engineering and design; to include the site preparation work, such as concrete and excavation work; to include the supply, delivery and installation of a new blast booth, a new media reclaim system, and a new dust collection system.� Also removal and disposal of existing blast booth and dust collector. This RFI is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised that a response does not ensure participation in a future solicitation or contract award. The Government will not reimburse participants for any expenses associated with participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted as part of responses to the RFI should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. GENERAL REQUIREMENTS The Government is seeking to identify contractors capable of satisfying this requirement at the prime contractor level with full responsibility for contractor and sub-contractor personnel, equipment, and services. The Government requests that submitting contractors identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.� Responses to this RFI should include the name, telephone number, and email address of a Point of Contact (POC) having authority and knowledge to discuss responses. Questions regarding this RFI can be e-mailed to: Mr. Ronald Scarnulis Industrial Engineer ronald.f.scarnulis.civ@mail.mil Complete written responses to this RFI are to be submitted to the above referenced e-mail address.� Respondents should include the following business information with the RFI response: Company name; Company address; Point of Contact; Telephone Number; E-mail address; Company Cage Code; Primary NAICS; Business Size; Current Registration in SAM; �Web page address. General Blast Booth, Media Reclamation, and Dust Collector System Information Blast booth to be erected inside of a building at Tobyhanna Army Depot. Booth to be designed to utilize zirconia alumina blast media. Booth envelope 30 ft. long x 15 ft. wide x 10 ft. high. For maximum sound reduction and wear protection walls and roof shall be steel panel type that include a double skin with 2� thick foam sound dampening material between the �inner� and �outer� skins. Blast booth to include a full floor mechanical �screw type� media reclaim system.� Floor shall be flush with existing building floor.� Floor/grating to be heavy duty, designed for 5,000 lbs./sq. ft., allowing for forklift material handling.� Reclaim system to include dust collection for booth and magnetic separator designed to remove ferrous tramp metal from the abrasive mix. Dust collection system shall be set outdoors ground level in a covered area, approximately 400 ft. from blast booth location.� All required ductwork to tie system components together shall be included. Booth to utilize LED lighting with an average output of 100 foot-candles. Booth to include one pressure blast pot assembly capable of blasting at pressures of down to less than 10 psi at the nozzle. Systems to include abrasive storage hopper and all other equipment needed for operation. Booth to include one set of work doors 15�W x 10�H utilizing swing type design and two (2) panic type OSHA approved man escape doors with vision window and shield.� All doors to be steel panel, double skin with 2� thick foam sound dampening material. Booth to include a one ton pneumatic powered monorail crane system. Turnkey project. Project to include all design engineering, equipment and installation. Field labor to include supervision and installation labor for but not limited to removal of existing blast booth and dust collector, excavation, equipment assembly, concrete and rigging work. Services and Equipment Information The Government is interested in obtaining information from companies that can provide turn-key design, supply, delivery, site preparation, installation and training.� As a turn-key installation the company will be responsible to supply all personnel and equipment to engineer and design the blast booth, media reclaim system, and dust collection system; perform foundation excavation and installation; supply, deliver, assemble and install the new blast booth, media reclaim system, and dust collection system; remove existing blast booth and dust collector, and to train Government personnel in the operation and maintenance of the new blast booth, media reclaim system, and dust collection system. A Budgetary Cost Estimate by respondents is requested with response to this RFI and should include the costs associated with General Blast Booth, Media Reclaim System, and Dust Collection System Information and Services and Equipment Information. REQUEST FOR INFORMATION� REQUEST INDUSTRY PROVIDE INFORMATION AND A BUDGETARY COST ESTIMATE FOR TURN-KEY AND INSTALLATION OF A BLAST BOOTH, MEDIA RECLAIM SYSTEM, AND DUST COLLECTION SYSTEM AT TOBYHANNA ARMY DEPOT, TOBYHANNA PA 18466 BACKGROUND AND BASIC REQUIREMENTS This Request for Information (RFI) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for providing the turn-key� installation of a blast booth, media reclaim system, and dust collection system to include all necessary engineering and design; to include the site preparation work, such as concrete and excavation work; to include the supply, delivery and installation of a new blast booth, a new media reclaim system, and a new dust collection system.� Also removal and disposal of existing blast booth and dust collector. This RFI is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised that a response does not ensure participation in a future solicitation or contract award. The Government will not reimburse participants for any expenses associated with participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted as part of responses to the RFI should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. GENERAL REQUIREMENTS The Government is seeking to identify contractors capable of satisfying this requirement at the prime contractor level with full responsibility for contractor and sub-contractor personnel, equipment, and services. The Government requests that submitting contractors identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.� Responses to this RFI should include the name, telephone number, and email address of a Point of Contact (POC) having authority and knowledge to discuss responses. Questions regarding this RFI can be e-mailed to: Mr. Ronald Scarnulis Industrial Engineer ronald.f.scarnulis.civ@mail.mil Complete written responses to this RFI are to be submitted to the above referenced e-mail address.� Respondents should include the following business information with the RFI response: Company name; Company address; Point of Contact; Telephone Number; E-mail address; Company Cage Code; Primary NAICS; Business Size; Current Registration in SAM; �Web page address. � General Blast Booth, Media Reclamation, and Dust Collector System Information Blast booth to be erected inside of a building at Tobyhanna Army Depot. Booth to be designed to utilize zirconia alumina blast media. Booth envelope 30 ft. long x 15 ft. wide x 10 ft. high. For maximum sound reduction and wear protection walls and roof shall be steel panel type that include a double skin with 2� thick foam sound dampening material between the �inner� and �outer� skins. Blast booth to include a full floor mechanical �screw type� media reclaim system.� Floor shall be flush with existing building floor.� Floor/grating to be heavy duty, designed for 5,000 lbs./sq. ft., allowing for forklift material handling.� Reclaim system to include dust collection for booth and magnetic separator designed to remove ferrous tramp metal from the abrasive mix. Dust collection system shall be set outdoors ground level in a covered area, approximately 400 ft. from blast booth location.� All required ductwork to tie system components together shall be included. Booth to utilize LED lighting with an average output of 100 foot-candles. Booth to include one pressure blast pot assembly capable of blasting at pressures of down to less than 10 psi at the nozzle. Systems to include abrasive storage hopper and all other equipment needed for operation. Booth to include one set of work doors 15�W x 10�H utilizing swing type design and two (2) panic type OSHA approved man escape doors with vision window and shield.� All doors to be steel panel, double skin with 2� thick foam sound dampening material. Booth to include a one ton pneumatic powered monorail crane system. Turnkey project. Project to include all design engineering, equipment and installation. Field labor to include supervision and installation labor for but not limited to removal of existing blast booth and dust collector, excavation, equipment assembly, concrete and rigging work. � � Services and Equipment Information The Government is interested in obtaining information from companies that can provide turn-key design, supply, delivery, site preparation, installation and training.� As a turn-key installation the company will be responsible to supply all personnel and equipment to engineer and design the blast booth, media reclaim system, and dust collection system; perform foundation excavation and installation; supply, deliver, assemble and install the new blast booth, media reclaim system, and dust collection system; remove existing blast booth and dust collector, and to train Government personnel in the operation and maintenance of the new blast booth, media reclaim system, and dust collection system. � A Budgetary Cost Estimate by respondents is requested with response to this RFI and should include the costs associated with General Blast Booth, Media Reclaim System, and Dust Collection System Information and Services and Equipment Information. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/605ac1e8ed75431fa48da70415bb03fe/view)
 
Place of Performance
Address: Tobyhanna, PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN05653751-F 20200513/200511230213 (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 |
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.