| 
 | COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000  PSA#2593
 Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex,
Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000 79 -- VACUUM AND SANDING SYSTEM SOL N00181-00-Q-0518 DUE 051200 POC
Debby Spain, (757) 396-8364 FAX (757) 396-8503 WEB: NA, NA. E-MAIL: NA,
spainda@nnsy.navy.mil. It is the intent of FISC, NNSY ANNEX, to
contract for: ITEM 0001: (1) each Vacuum and Sanding System MOTOR must
be interference suppressed so they will not affect electronic
equipment and must include motor thermal protection devices to prevent
overheating and burnout. Motor must supply airflow of 244 cfm or more,
measured with a sealed orifice. The Noise level should not exceed
64dB(A) measured at a distance of 10 ft. from the cleaner. CONTAINER
capacity must be 18 gallons or more dry bulk and have disposable
polyliner system. Main filter should be cleaned by an external shaking
device to prevent operator exposure to collected dust. Need a meter
that will alert the operator to change main filter. HOSE must be at
least ten feet in length and have ball joint connections at both ends
to eliminate stress and prevent cracking. Should be made of smooth
lined, steel reinforced neoprene to reduce possibility of blockage.
FILTERS must have microfilters and HEPA exhaust filters and any other
filter which are 97to 99.99% efficient for containing dust particles.
All HEPA and ULPA filters must be individually DOP tested and certified
and have a normal shelf life of not less than one year. Units must
include two sanders with devices to attach to vacuum system and have
the capability to attach four sanders at one time. The system must have
capabilities to roll around in shop. ITEM 0002: (6) each Vacuum and
Sanding System MOTOR must be interference suppressed so they will not
affect electronic equipment and must include motor thermal protection
devices to prevent overheating and burnout. Motor must supply airflow
of approximately 244 cfm or more, measured with a sealed orifice. The
Noise level should not exceed 64dB(A) measured at a distance of 10 ft.
from the cleaner. CONTAINER capacity must be 12 gallons or more dry
bulk and have disposable polyliner system. Main filter should be
cleaned by an external shaking device to prevent operator exposure to
collected dust. Need a meter that will alert the operator to change
main filter. HOSE must be at least ten feet in length and have ball
joint connections at both ends to eliminate stress and prevent
cracking. Should be made of smooth lined, steel reinforced neoprene to
reduce possibility of blockage. FILTERS must have microfilters and
HEPA exhaust filters and any other filter which are 97 to 99.99%
efficient for containing dust particles. All HEPA and ULPA filters must
be individually DOP tested and certified and have a normal shelf life
of not less than one year. Units must include two sanders with devices
to attach to vacuum system and have the capability to attach four
sanders at one time. The system must have capabilities to roll around
in shop. NOTE: All offers must be accompanied by descriptive
literature/specifications for evaluation purposes. Failure to submit
this descriptive data may render the offeror ineligible for further
evaluation. This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in subpart 12.6, as
supplementedwith additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and written solicitation will not be issued. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition circular 97.17. FAR Provision
52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.222-21, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.247-34 and DFAR 252-212.7000,
252.212.7001, 252.243.7002 and 252.204.7000 apply to this acquisition.
Offeror shall include a completed copy of the provision at 52.212-3.
Offer Representation and Certification-Commercial Items. Standard
Industrial Code is 3589; business size standard is 500 employees. Offer
shall be evaluated for fair and reasonable price, technical
acceptability, adherence to applicable clauses, provisions, delivery
schedule and satisfactory past performance record. Procurement is being
conducted under simplified acquisition procedures. Parties responding
to this solicitation may submit their quote in accordance with their
standard commercial practices (e.g. on company letterhead, formal quote
form, etc.) but must include the following information: (1) Company's
complete mailing and remittance address; (2) discounts for prompt
payment; (3) anticipated delivery of material; (4) Cage code; (5) Dun
& Bradstreet number (DUNS); (6) Taxpayer ID number; (7) Location of
manufacturing facility. Import Internet addresses: 1) Federal
Acquisition Regulations (FAR) at http//www.arnet/gov/far; 2) Defense
Federal Acquisition Regulation Supplement (DFARS) at
http//www.dtic.mil./dfars/. Responses relative to this solicitation
should be faxed to Debby Spain, (757) 396-8503 or via mail addressed
to: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex,
Attn: Code 532.3B/Debby Spain, Bldg. 1500, 2nd Floor, Portsmouth, VA
23709-5000. Offers are due by close of business 12 May, 2000. Important
Notice: DFARS 252.204.7004 "Required Central Contractor Registration"
applies. Lack of registration in the CCR database will make an
offeror/quoter ineligible for award. Information can be obtained
through internet at http://ccr.edi.disa.mil. Posted 05/02/00
(W-SN450379). (0123) Loren Data Corp. http://www.ld.com  (SYN# 0272 20000504\79-0001.SOL)
 79 - Cleaning Equipment and Supplies Index Page
 | 
 |