Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2000 PSA #2679
SOLICITATIONS

49 -- MAINTENANCE AND REPAIR SPECIALIZED SHOP EQUIPMENT

Notice Date
September 1, 2000
Contracting Office
Supply Directorate, Contracting Department, PSC Box 8018, MCAS, Cherry Point, NC 28533-0018
ZIP Code
28533-0018
Solicitation Number
M00146-00-R-0031
Response Due
September 20, 2000
Point of Contact
Cherie Daniels, Contract Specialist, 252-466-7504, or Anna O'Brien, Procurement Assistant, 252-466-2845/Fax 252-466-3571
Description
The Aircraft Mobile Maintenance Van Pad Facility , MCAS, Beaufort, SC has a requirement for an integrated High-Pressure Water Blast room containment system. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) This solicitation number is M00146-00-R-0031. The solicitation document is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19(a)&(b) and Defense Acquisition Circular 98-21. (iv)The Standard Industrial Code is 3569 with a corresponding size standard of 500. (v) A firm-fixed price contract is anticipated. (vi) The Government will procure an Abrasive Blast System, Aqua-Miser, Model E-40, NSN: 4940-01-438-7212, that incorporates water and baking soda at an adjustable pressure up to a maximum of 40,000 pounds per square inch (PSI) to a hand held delivery nozzle to perform paint and rust removal on 8' x 8' x 20' containers; an Aqua-Klean , Model C100A, NSN: 4940-01-413-5603, that will remove the baking soda and blasting debris from the water and convert it to a solid form for disposal and a Water Treatment System, Model BBC-10-15-3-WWT, NSN: 4940-01-413-5607. Water for the blasting operation will be pumped from the "clean water" tank to the water treatment unit for removal of suspended solids in a filter paper and clay media process that is automatically controlled. The treated water is then put into a 200 gallon "treated water" holding tank. The above listed items are manufactured by Carolina Equipment and Supply Company and will be procured under Federal Supply Schedule 49 I B (previously FSS 49 II). Each of the above referenced items being procured under Federal Supply Schedule will be furnished to the contractor as part of the turnkey installation with associated training on operations and maintenance. The following item has been identified as open market. The open market items must be compatible with the items as identified above. CLIN 0001 Containment Room, to include installation of the containment room, Water Recovery System, Model C100A Aqua Klean, Water Treatment System, Model BBC-10-15-3-WWT and Baking Soda Blasting System, Model E-40 Aqua-Miser and training of government personnel in accordance with statement of work. (vii) Statement of Work: I Introduction: The Aircraft Mobile Maintenance Van Pad Facility, MCAS, Beaufort, SC has a requirement for the manufacturing and installation of a Containment Room. II. Scope: The contractor shall be responsible to provide all manpower and other resources necessary to carry out the services described in this Statement of Work. All labor, supervision, equipment, and material necessary to accomplish the tasks shall be the responsibility of the contractor. . Booth shall meet OSHA and NFPA regulations III. Scope of Work: Contractor is to provide all services, management, personnel, and material necessary for the procurement of a Containment Room with a closed loop system that filters and reuses the water, and recirculates the air through a HEPA filter system and returns it to the containment room to create an air flow to move the blasting mist toward the back of the booth to include installation and training of government personnel located at MCAS, Beaufort, SC. The equipment provided shall be a model in current production. The installer shall have experience installing abrasive blast systems. The purchase shall be a complete "turn-key" installation with associated training on operations and maintenance. All components shall be covered under a one year warranty for manufacture and workmanship defects. IV. Containment Room. The containment room shall have an inside measurement of 19' wide, 15' high by 30' long, constructed of welded galvanized steel and be designed to sit on an existing concrete floor that is equipped with a central trench drain and sloped floor. The maximum outside dimensions shall be no more than 20' wide, 22' high and 36' long. There shall be a 12' wide and 12' high (minimum size) steel, roll-up, electrically powered and controlled door on the south end of the installed booth and a 2'-6" x 6'-8" man door installed near the southwest corner of the booth. Interlocks will be incorporated on the doors to suspend the blasting operation when the doors are opened. The booth shall be illuminated by fluorescent lights that are in enclosed fixtures mounted in the ceiling and/or walls of the booth. Install lights on at least two circuits such that the lighting level can be adjusted (half the lights) while maintaining an even distribution. Emergency stop devices shall be incorporated as necessary for safely operating the equipment. V. Air Recirculation. Air inside the booth shall be circulated through a water curtain at the rear of the booth (north wall) to remove particles and then through a mist extraction system to remove most of the water from the air. Water from the curtain shall be routed to the water recovery system and cleaned for reuse. The air is then filtered through a filter bank of 2" thick washable stainless steel filters to remove particles, then filtered through a HEPA filter bank and returned to the room in a manner to create an air flow through the room from front to back. The air shall enter a chamber designed to collect larger particles in a water wash method and send that water to the water treatment system. The HEPA filter bank shall have a monitor to indicate the pressure differential across the filters to give the status of the filter life and replacement indications. The filter bank and air recirculation system shall be rated at 25,000 CFM under clean filter conditions. Provide controls that will cut off the air systems when blasting system is not being used. VI. Water Recovery. Water from the blasting and floor washing operations shall be cleaned for reuse by the system. Provide a sump pump (100 GPM at 25' head) with bronze housing and stainless impeller in the existing pit to return the water and blasting operation debris to the water cleaning and recirculation system. Provide also a matching 100 GPM pump in the sump to agitate the water in the sump so the sump pump will pick upi the debris from the blasting operations. Control both pumps to operate on a water level sensor. The water will first be cleaned using a centrifugal separator to remove particles at a rated flow of 90 gallons per minute. The processed water from this unit will be routed to a 200 gallon "dirty water" holding tank for use in the floor washing and air scrubbing systems. The Dirty water tank shall have 2 inlets and 2 outlets all sized at 2". Provide a 2" outlet for the sludge from the separator that will be connected to the Aqua-Klean unit. Pipe the water processed through the Aqua-Klean unit will into a 200 gallon "clean water" tank for use in the blasting operations. Provide a "clean water" tank that has 2" fittings for two inlets and two outlets. Install water level sensors to avoid overflow of the floor drain system and tanks. Makeup water from the domestic water system will be added to the "clean water" tank. Provide a transfer pump (3/4 hp), controls and piping to pump from the clean water tank to the waste water treatment system located on the outside pad. Water from the "dirty water" tank will be used in the floor washing system after going through inline strainers of at least two screen sizes between the tank and the wash down system with the final screen to be 1/32" perforations. Provide these strainers and piping. The feed pump will be a 100 GPM at 25' head pump that will feed both the hose and the water curtain system. Install a 20 PSI relief valve ahead of the strainers that returns water to the dirty water tank. Water for the blasting unit will be drawn from the "treated water" holding tank and then further filtered through a four stage series of filters to remove particles greater than 5 microns before going to the water blasting unit. Provide these filters, transfer pump and piping from the outside pad to the east side of the booth for connection to the E-40 unit. Provide pressure drop indicators across each filter to monitor filter condition and indicate if replacement is required. The unit will be designed to maintain 6 GPM water flow for the blasting operation. VII. Controls. The system will incorporate all functions into a main controller. It will monitor tank levels and shut down equipment if water levels are too low to maintain proper operation and will also monitor pump oil levels, safety interlocks and overheating of components. VIII. Installation. The entire system shall be installed by the supplier in an existing bay of a maintenance building that measures 25' wide and 45' deep and 19.5' eave height along the west wall and 25' at the east edge of the booth. An additional adjacent open shed with concrete floor measuring 12' x 16' is available on the west side of the building. The electrical power will be available at 277/480 volts in a panel at the back of the bay that will have a 400 amp main and three phase breakers sized 200, 100, 60, & 2 -- 30 Amp breakers. A 3/4" domestic water at 60 PSI and 60 CFM compressed air at 120 PSI are available within 50 feet of the booth location. All connections are the responsibility of the supplier. All equipment shall fit within the allotted space with a 3 foot walkway along the west wall and the north wall of the bay. A walkway on the east side is already accounted for in addition to the space allowed above. IX. Training. Training shall be conducted on site after the system is complete and usable. The supplier shall provide 3 copies of Operation and Maintenance manuals. The training will cover each component of the system and consist of instruction for at least two eight hour days to not more than 10 Government personnel, both military and civilian. X. Technical Evaluation Package. Contractor shall provide a system overview package that describes (a.) operation of the system (b.) catalog cut sheets on system components( c.) pump sizes (d.) tank sizes (e.) a water flow diagram tracing treatment & storage (f.) an air flow diagram tracing treatment (g.) a controls sequence of operation description (h.) an overall equipment layout that shows that the equipment will fit within the space allotted. ( i.) Required utilities (electric, water, compressed air) with Amperage, pressures & volumes indicated. XI. Delivery. The complete system is to be installed at the Aircraft Mobile Maintenance Van Pad Facility at the Marine Corps Air Station at Beaufort, South Carolina. Installation shall be complete and usable within 150 days of contract award. If bidders would like to visit the site, they may contact Owen Webb at Public Works Engineering, MCAS Beaufort at (843) 228-6705. (viii) FOB Point: Destination to MCAS, Beaufort, SC. Delivery shall be within 150 days ARO. (ix) Final inspection and acceptance will be performed by the requiring activity, MCAS, Beaufort, within 20 working days after receipt and verification of installation and startup. ( x) The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Offerors are to include a completed copy of the provisions at FAR 52.212-3,and DFARS 252.212-7000 with their proposal. FAR 52.212-4, Contract Terms and Conditions applies FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following FAR clauses in paragraph (b) and (c) which will apply to the resultant contract: FAR 52.203-6, Alt I; FAR 52.219-4; FAR 52.219-8; FAR 52.219-14; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52-222-37; 52.225-18; 52.232-33; and FAR 52.247-64. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses in paragraph (b) which will apply to the resulting contract: DFARS 252.225-7001; DFARS 252.225-7012; DFARS 252.225-7036; DFARS 252.243-7002 and DFARS 252.247-7024. (xi) This requirement has been assigned a Defense Priorities and Allocations System (DPAS) rating of DO-C9E. (xi) Contract Award -- The Government intends to award a contract to the low, technically acceptable offer, submitted by an offeror whose past performance demonstrates a record of satisfactory performance IAW FAR Part 15.304. Past Performance will be evaluated. The Government reserves the right to award to other than the low, technically acceptable offeror when the offeror's past performance demonstrates a pattern of unsatisfactory contract performance. Offerors shall contact the contract specialist for past performance questionnaires. The Government may (1) reject any or all offers if such action is in the public interest, (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Effective 01 March 1998, all contractors must be registered in the Central Contractor Registration (CCR) database as a condition of contract award. Contractors may register at http://www.acq.osd.mil or call the Dod Electronic Commerce Information Center at 800-334-3414. (xii) Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are completed and returned as called for in this solicitation. Offerors not in possession of the above referenced clauses in full text may obtain them at http://farsite.hill.af.mil/. (xii) Responses to this solicitation are due by COB 20 Sep 2000 and should be mailed to: Supply Directorate, Contracting Dept., Bldg. 159, Door T1, PSC BOX 8018, MCAS, Cherry Point, N.C. 28533-0018. Offer must be in writing. Facsimiles will be accepted at (252)-466-3571, however, the Government will not be responsible for late proposals due to mechanical failures of the fax machine or busy phone lines. A fax proposal will be counted timely if the fax machine began receiving it prior to the deadline. No oral offers will be accepted. Please reference solicitation number on proposal. (xiii) For questions regarding this solicitation contact Cherie M. Daniels, telephone (252)-466-7504, Fax 252-466-3571 or e-mail: DanielsCM@cherrypoint.usmc.mil.
Record
Loren Data Corp. 20000906/49SOL003.HTM (W-245 SN492576)

49 - Maintenance Repair Shop Equipment Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com