Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597

Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665

49 -- BEAD SANDBLASTING EQUIPMENT SOL F44600-00-Q-0114 DUE 051500 POC Sandy Mount, Purchasing Agent, Phone (757)764-5802, Fax (757)764-4965, Email josandra.mount@langley.af.mil -- Michael Costlow, Contracting Officer, Phone 757-764-7460, Fax 757-764-7447, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44600-00-Q-0 114&LocID=203. E-MAIL: Sandy Mount, josandra.mount@langley.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the web and can be found at the following website: http://www.eps.gov/. (ii) Solicitation F44600-00-Q-0114 is issued as a Request for Quote (RFQ). (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 12. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 97-17 and Defense Acquisition Circular (DAC) 91-13. (iv) The Standard Industrial Classification Code is 3564 with a size standard of 500 employees. This procurement has been set-aside for Small Businesses. (v) Langley AFB plans to procure one (1) full floor reclaim system for a supplied blast room with inside dimensions of 16_ wide x 21_ long. The blast room is designed for a in-out work flow through one set of work doors. The reclaim system consists of three longitudinal wiper frames that feed a 24_ wide cross wiper frame. The frames contain a series of metal sweeps constructed of either 12 or 10 gauge steel; spaced on 18_ centers. The entire reclaim floor is driven by a 1.0 H.P. motor assembly mounted to a 400:1 reducer producing 1000 pounds of torque. The wiper frames oscillate back and forth with each forward stroke of the eccentric drive arm, advancing the reclaimable abrasive to the next sequential sweeper. The blast room facility is designed for pitless installation and is only 18_ above the smooth and level concrete floor. The floor is designed with a 3,000 pounds per square foot, floor system and will feed to the back of the room to the existing vacuum reclaimer. Manufacturer: Hoffman ECO or equal. Complete system must meet OSHA and Environmental Standards. (vi) Description: CLIN 0001: (01) each full floor reclaim system to include a ramp to access the raised floor, floor grating to withstand 3,000 pounds per square foot, control panel to include starters, fuses, and main line. One caged ladder and access platform to access existing system. Ramp needs to be 8_ high, 6_ wide, 50_ long, made out of 14_ aluminum diamond plate with 2_ steel square tubing frame with middle supports. CLIN 0002: (01) each turnkey installation to include: Equipment erection, all electrical wiring from supplied control panel to each motor location, all wring to meet current National Electric Code (NEC) guidelines including individual motor disconnects at remote motor locations. CLIN 0003: (01) each refrigerated air dryer, a 240 gallon receiver to include all piping, filters, electrical wiring and hardware sized to work with 60 hp air compressor and a 240 gal air receiver. All piping will be 2_ in diameter and will be situated behind the blast booth, and dedicated to the air supply for the booth. CLIN 0004: (1) each installation of all described goods. The contractor will be responsible for total installation including all site work, upon receipt of the order. Contractor to furnish all labor, parts, equipment and supplies necessary to perform the installation. Site will be made available for view prior to offer. All electrics are 480 volt, 60 hertz, 3-phase. Offerors shall include the manufacturer or brand name of the product and a statement of compatibility, which clearly documents that the offered products meet or exceed the above specifications. Warranty: The contractor or manufacturer standard commercial warranty shall apply. Responsibility and Inspection: Unless otherwise specified in the purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. Offerors are reminded to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics of the enclosures, and terms of expressed warranties. Offerors are afforded the opportunity of a site visit prior to the closing response date. Award will be made to the lowest prices, technically acceptable responsible, responsive offeror who demonstrates compliance with the requirements of this solicitation and all referenced clauses. Offerors shall include both unit price and total price with their quote. Delivery shall be made within 13 weeks following award. Installation to start no later than 2 weeks after delivery. (vii) Delivery: Date of delivery shall be no later than 11 AUG 2000; or sooner. Place of delivery and Acceptance for the Bead Sandblasting Equipment will be 205 Sweeney Blvd., Langley AFB, VA 23665-5000, Attention Mr. Stan Gingras. The vendor shall deliver Clins 0001 through 0004 FOB Destination. (viii) The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (NOV 1999) is hereby incorporated by reference. (ix) Solicitation provision at FAR 52.212-2, Evaluation Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation will be most advantage to the Government, price, past performance and delivery factors will be considered. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications _ Commercial Items (FEB 2000). (xi) Clause 52.212-4, Contract Terms and Conditions _ Commercial Items (MAY 1999), is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items (Deviation), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.203-6, 52.219-8, 52.222-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.228-5, 52.232-33, 52.233-3, 52.236-12, 52.247-34, 52.247-64, 52.252-2, 52.252-5, 52.252-6, 52.253-1, 252.204.7003, 252.204-7004, 252.225-7001, 252.212-7001 (Dev), 252.225-7006, 252.225-7015, 252.225-7035 Alt 1, 252.246.7000, 252.247-7023, and 5352.242-9000, Contractor Access to Air Force Installations, IAW AFFARS 5342.490-1 (May 1996)l. (xiii) N/A. (xiv) N/A. (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCV at (757) 764-7447, or mailed to 1CONS/LGCV, 74 Nealy Ave., Langley AFB, VA 23665-2088. All offers are due by 3:00 PM, 15 MAY 2000. Collect calls will not be accepted. (xvii) For further information regarding this solicitation, contact Sandy Mount @ phone: (757) 764-5802, e-mail: josandra.mount@langley.af.mil for Posted 05/08/00 (D-SN452526). (0129)

Loren Data Corp. http://www.ld.com (SYN# 0199 20000510\49-0002.SOL)


49 - Maintenance Repair Shop Equipment Index Page