Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

43 -- Sanding Booth

Notice Date
9/15/2020 1:25:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
W7NX USPFO ACTIVITY PAANG 171 CORAOPOLIS PA 15108-4805 USA
 
ZIP Code
15108-4805
 
Solicitation Number
W50S9120Q0015
 
Response Due
9/22/2020 12:00:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
Michael W. Boyd, Phone: 4127767660
 
E-Mail Address
michael.boyd.9@us.af.mil
(michael.boyd.9@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
// AMENDMENT 2�// The following changes have been made to this RFQ: 1) Revised minimum number of fire sprinkler connections from 3 to 1. 2) Added plumbing for fire sprinklers to utilities that the 171st ARW / Government will be responsible for.� 3) Deleted ""ELECTRICAL CONNECTION IS THE RESPONSIBILITY OF THE CONTRACTOR.""� Added language clarifying Contractor / Government responsibilities for electrical connection.�� All other terms and conditions remain unchanged.�� // AMENDMENT 1 // The following changes have been made to this RFQ: 1) Extended Quote Deadline from Tuesday, 15 September to Tuesday, 22 September. 2) Extended Question Submission Deadline from 10 September to 15 September. 3) Extended Question Response Deadline from 11 September to 17 September. 4) Added Notice of Site Visit�at 1:00PM EST on Monday, 14 September.� SITE VIST REQUIRES SUBMISSION OF NAMES & DRIVERS LICENSE INFO BY 3:00PM EST FRIDAY, 11 SEPTEMBER. 5) Clarified RFQ to state that Vendor shall be responsible for running electrical connection from far side of hangar building to Sanding Booth location.�� All other terms and conditions remain unchanged.�� 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. Solicitation W50S9120Q0015�is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2020-07 and Defense Circular Number 20200605. The North American Industry Classification System Code is 333413�with a size standard of 500 employees. This acquisition is for Full and Open Competition (no Set-Asides). The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Location of performance will be at the 171st ARW of the PA Air National Guard, Coraopolis (Pittsburgh) PA. CLIN 001) Industrial Sanding Booth capable of collecting�dust created when sanding aircraft and other parts with Hexivalent chrome primer.� Salient Characteristics are as follows: --99.9% Filter Efficiency --Approx 2,700 Sq Ft of Filter Area --Motor shall be or perform at a level equal to that of a�10HP, 460v., 3ph., 1750rpm, 12.4FLA, TEFC motor.� Direct drive, airfoil design, non-overloading blower (MV24-87%FB or equal).� Air volume: 10,000 CFM or greater. --Variable frequency drive for ""soft startup"" and reduced suction during cleaning cycle. NEMA 4X with heat sink for cooling of VFD. --Electrical control box to front, outside booth. Solenoid valves in seperate box.� Both easily accessible by operator.�� --Magnehelic or better gauge for filter status. --Welded heavy gauge carbon steel or better construction. --Booth structure shall be made of unpainted galvanized steel or better material with minimum 2"" fiberglass insulation compressed and covered by a minimum .5 MIL thick white vinyl, regain airsystem, with at least (6) 4' x 2 lamp sealed fluorescent light fixtures located inside.�� --DURA-PLATE 239 multi-purpose epoxy coating or better throughout dust collector and regain air plenum. --Electrical Hookup Requirements: (1) 460V 3PH 60hz;�MCA: 18A;�(1) 120V 1PH.� Contractor shall be responsible for running electrical connection from far side of hangar to sanding booth location.�� --Entire unit must fit inside a room measuring approx. 12' Wx 16' 4"" D x 8' 11"" T. --High temperature cut-off switch for fire protection. --Nano fiber or better, flame-retardant filtration cartridges or similar.�� --Must be able to self-clean through�Reverse Pulse Jet process or similar with PLC control of pulse cleaning sequence; must also have�auto off-line and�programmable Compressed air regulator and filter capabilities.�� --Minimum of 1�standard fire sprinkler connection. --1 Year warranty on parts at minimum.�� --Add (1) commercial, weather-tight door and frame it in with emergency push bar.� Door, all hardware, and installation shall be included in final quote.�� --Booth must be suitable for indoor location.�� --Drawings of room where booth is to be located are available by request to interested vendors.� Please email michael.boyd.9@us.af.mil for drawings.�� All quotes shall include pricing for freight, labor, and all other pricing as it relates to installing the system.� Permitting,�compressed air connection, and fire sprinkler plumbing�will be handled by the 171st ARW.� �The 171st ARW will run any necessary electrical connections to a disconnect in the room where booth is located.� Contractor will then be responsible for electrical connection from disconnect to booth itself.� �� Through Market Research, the Government has determined that items matching the salient characteristics of the Filter-1 Corp. Dustron�DB 12-12-10-12D-H will suffice for this requirement.� �Due to space limitations of room allocated to this purpose, Offferors proposing items other than this�Dustron�DB 12-12-10-12D-H are subject to review and approval by Requesting Activity / Technical Authority.�� Quotes will be evaluated on technical acceptability and lowest price. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://sam.gov/portal/SAM Quotes for New and Factory-Refurbished Items are Acceptable.� Quotes including items which are used and non-refurbished, and/or have excessive amounts of wear and tear, and/or have any physical damage, will not be accepted.� For OPSEC reasons, drawings have not been posted however are available by request to interested offerors.� Please email michael.boyd.9@us.af.mil for drawings.� QUOTES WILL BE EVALUATED ON TECHNICAL ACCEPTABILITY AND LOWEST PRICE. Questions from Offerors to Contracting Office due: 22�September, 2020 at 3:00PM EST. Questions will be addressed no later than: 24�September, 2020 at 3:00PM EST. Quotations due no later than Tuesday, 22�September, 2020 at 3:00PM EST. A SITE VISIT WILL BE HELD ON MONDAY, 14 SEPTEMBER AT 1:00PM EST.� ALL INTERESTED VENDORS MUST SUBMIT THE FOLLOWING TO MICHAEL.BOYD.9@US.AF.MIL BY 3:00PM EST ON FRIDAY, 11 SEPT: --Names of all personnel --Drivers License #'s of all personnel --Drivers License States of all personnel It is the responsibility of the vendor to ensure the quote and questions was received by 171st Contracting Office on time. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Provisions: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.; FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications�Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212?1, Instructions to Offerors�Commercial Items (Oct 2018); FAR 52.212?2, Evaluation�Commercial Items (Oct 2014); FAR 52.212?3 Alternate I, Offeror Representations and Certifications�Commercial Items (Oct 2018); FAR 52.212?4, Contract Terms and Conditions�Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Sep 2018); FAR 52.219?6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222?21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222?50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225?13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233?3, Protest After Award (Aug 1996); FAR 52.233?4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes � Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252?2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232?7010, Levies on Contract Payments (Dec 2006); DFARS 252.247?7023, Transportation of Supplies by Sea (Feb 2019).� Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/browse/index/far.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3799fbb974214155945666fa255d359e/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN05798199-F 20200917/200915230154 (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  © 1994-2020, Loren Data Corp.