MODIFICATION
34 -- Environmental Control Dust Collection Booths
- Notice Date
- 6/13/2006
- Notice Type
- Modification
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- 61040032
- Response Due
- 5/24/2006
- Archive Date
- 7/1/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. NAICS: 333319 SMALL BUSINESS SIZE STANDARD: 500 employees This purchase shall consist of twenty seven (27) dust collector power modules, five (5) dust collection booths with interior dimension of Width = 180in, Depth = 180in, and Height = 108in and one (1) dust collection booth with interior dimension of Width = 315in, Depth = 135in, and Height = 132in with installation of all items. **A site visit will occur 21 June 06 at 1000. Please notify Lt. Ingram NLT 19 June 06 if you intend to come.** STATEMENT OF WORK I. GENERAL REQUIREMENTS A. SCOPE OF WORK 1. This specification establishes the minimum requirements for the acquisition of all labor and materials required for the installation of dust collectors in building 670 in the Commodities Maintenance Group (402 CMXG). The contractor shall be responsible for all items needed for a complete installation based on the typical workstations as specified. 2. The project includes twenty seven (27) dust collector power modules, five (5) dust collection booths with interior dimension of Width = 180in, Depth = 180in, and Height = 108in and one (1) dust collection booth with interior dimension of Width = 315in, Depth = 135in, and Height = 132in with installation of all items. II. CONTRACTOR?S RESPONSIBILITIES A. GENERAL 1. Provide all materials, labor, equipment, and services necessary for the complete installation of the twenty seven (27) dust collector power modules, five (5) dust collection booths with interior dimension of Width = 180in, Depth = 180in, and Height = 108in (Overall Height < 120in) and one (1) dust collection booth with interior dimension of Width = 315in, Depth = 135in, and Height = 132in (Overall Height < 144in). 2. All components shall be delivered within 10 weeks after receipt of order. All pricing shall be FOB Robins AFB building 670. 3. Provide products that are new and free from defects. B. PRODUCT REQUIREMENTS 1. All components and hardware shall be standard items of the same manufacturer unless otherwise noted. C. SUBMITTAL REQUIREMENTS 1. Written statement within contractor?s submittal package substantiating compliance with requirements as stated in this statement of work. Any deviations from these requirements should be stated and explained. 2. The manufacturer shall provide a written commitment to non-obsolescence, which ensures that all components therein shall not be rendered obsolete by future enhancements to the system. 3. Manufacturer must submit independent laboratory test results that confirm their filter cartridges have a Minimum Efficiency Reporting Value (MERV) of 13 based on the ASHRAE 52.2-1999 test standard. 4. One set of installation and operation manuals along with replacement parts manuals for all items purchased will be provided for each of the six (6) dust collection booths. D. MANUFACTURERS WARRANTY 1. Manufacturer shall warrant the major structural components of all goods will be free from defects in materials and workmanship for ten (10) years from the date of shipment, if properly installed, maintained and operated under normal conditions. Manufacturer shall warrant all other manufacturer-built components and accessories including Airlocks, TBI Fans, TRB Fans, Fume Collector products, and after-filter housings for twelve (12) months from date of shipment. Manufacturer shall warrant built filter elements to be free from defects in materials and workmanship for eighteen (18) months from date of shipment. Manufacturer does not have to warrant against damages due to corrosion, abrasion, normal wear and tear, product modification or product misapplication. Manufacturer also does not have to warranty whatsoever as to any goods manufactured or supplied by others including electric motors, fans and control components. E. DELIVERY, STORAGE, AND HANDLING 1. The contractor shall be responsible for the receipt, storage, off-loading, and handling of all materials and supplies until area is prepared for installation. 2. Prior to delivery, each container/box shall include the specific part number, a brief and abbreviated description of the item, and the Government Order Number. Final Acceptance shall not take place until all of the required items are properly installed and the required final walk-thru inspection has been accomplished. F. INSTALLATION AND SITE PREPARATION 1. All products shall be assembled and installed in strict accordance with the manufacturer?s installation procedures. 2. The equipment specified should be installed in 402 CMXG area stated in the above location, Robins AFB, GA. The vendor shall be responsible for providing all necessary items required for the initial operation and demonstration of the entire system. 3. The contractor shall be the authorized installer for the manufacturer, and shall furnish all labor and materials necessary to assemble and install the equipment. 4. The contractor shall coordinate the inspection/review and installation date with the Government point of contact. 5. The contractor shall conduct a pre-installation meeting with the user and applicable facility, electrical, telephone, and computer personnel to ensure minimum disruption of normal operations during installation. He or she will have examined the installation site to determine the conditions under which the work is to be performed. 6. The contractor shall assume full product liability for damage during shipment to the customer and throughout the installation. The contractor shall be responsible for insuring that the correct parts are ordered and received in good condition. 7. The contractor shall meet the shipment, unload, uncrate, and deliver the product to the installation area. Contractor shall assume full liability for damage until completion of the installation and acceptance by designated Government representatives. 8. The government shall be responsible for all electrical wiring from existing power source to within 15? of each installed workstation. Contractor will connect power to each installed workstation. 9. Normal working hours shall be between 7:00 AM and 4:00 PM local time, Mondays through Fridays with the exception of Government holidays and work curtailment days. Other hours of work may be arranged with the approval of the Contracting Officer at no additional cost to the Government. 10. Contractor shall remove all Styrofoam, plastic bags, and any other trash from cardboard containers. These trash items should be disposed in the nearest refuse dumpster located near bldg. 670. The cardboard containers shall be broken down and recycled in the cardboard recycling dumpster located near bldg.670. Removal of large quantities of waste or cardboard boxes should be coordinated by the Government Representative by contacting 478-926-5820,ext. 189. All of the waste disposal instructions included in this paragraph shall be performed on a daily basis. 11. The contractor shall provide a single point of contact that will be responsible for coordinating all phases of the systems furniture installation. This individual shall be on-site at all times during installation should any problems occur. Any delays or problems should be reported to the 78th CONS/PKP Contracting Squadron Office. 12. A final walk-thru inspection shall be conducted with the installation foreman and using activity after installation has been completed. Any components damaged, missing, or installed incorrectly will be listed and a copy given to the Base Contracting Officer. A suitable time frame for correction of these problems will be allowed. III. EQUIPMENT REQUIREMENTS A. POWER MODULES 1. EQUIPMENT: This purchase shall consist of twenty seven (27) dust collector power modules. These dust collector power modules are for the containment of chromate contaminated dust generated during the sanding of aerospace coatings containing hexavalent chromium. Twenty (20) of the power modules are to be constructed so that the HEPA filters discharge toward the top and bottom of the power module via a rear mounted HEPA filter enclosure and 7 of the power modules are to be constructed so that the HEPA filters discharge toward the top and rear of the power module via a top mounted HEPA enclosure. All of the dust collector power modules must meet the following specifications: 2. CONSTRUCTION: Power modules must be of ledge-less internal design to minimize dust build-up, constructed of 14-gauge or thicker steel, and all welded. The tubesheet and base plate must be constructed of 10-gauge or thicker steel. Power modules must bolt together for modular system extension. Overall dimensions of each power module must not exceed 45in wide, 48in deep, and 96in high without the HEPA filter enclosure installed. The twenty (20) power modules with rear mounted HEPA enclosures must not exceed 45in wide, 84in deep, and 102in high. The seven (7) power modules with top mounted HEPA enclosures must not exceed 45in wide, 48in deep, and 132in high. 3. DESIGN AIR FLOW: Each dust collector power module must be capable of moving a minimum of 5500 cubic feet per minute. 4. FINISH COATING: Exterior surfaces are to be primed gray and painted with a blue finish. Interior surfaces are to be primed gray. 5. FAN: High performance acoustical airfoil fans with aluminum wheel mounted in separate fan compartment completely lined with silencer foam for maximum noise control. 6. MOTOR: 7.5 Hp, 3450 RPM, 460 V, 60 Hz, 3 phase, TEFC. Motor must be directly coupled to fan and pre-wired for installation. 7. SOUND LEVEL: The overall average sound pressure level of each power module must not exceed 68 dB(A) at an operator position of 1.5 m high and 1 m from each of the four sides of the dust collector power module cabinet. Time-weighted pulse cleaning measurements must average 84-86 LAEq Max. Sound measurements will be based on readings taken in a hemianachoic chamber and under free field conditions. 8. OPEN LOUVER INLET: Air intake for each power module shall be through an open louver inlet door. This door must be reversible and capable of being used alternately as a high or low dust/fume inlet depending on the application. The louvered inlets must direct airflow away from the dust drawer to reduce re-entrainment of dust. 9. FILTERS: The filter media in each filter cartridge must incorporate an outer layer of nanofibers 0.2 to 0.3 microns in diameter. Manufacturer must submit independent laboratory testing that confirms that the filter cartridges have a Minimum Efficiency Reporting Value (MERV) of 13 based on the ASHRAE 52.2-1999 test standard. Independent laboratory testing must also confirm that the filter cartridges have a startup efficiency of at least 99.9% on 0.2-2 micron dust particles, earning a rating of ?M? as determined by the BIA European Institute for Occupational Safety. Each filter cartridge must contain at least 190 square feet of surface area with a maximum pleat depth of 1.5in and must be of an oval cross section design. Round cross section filter cartridges are unacceptable. Filter cartridges must mount in the power module in the horizontal direction. Vertically mounted filter cartridges are unacceptable. 10. FILTER ACCESS: Filter cartridges must be accessible through hinged doors on the air inlet side of the dust collector. Cartridges must slide easily off and on to the yoke. No tools can be required for filter access, removal, or installation. 11. FILTER CLEANING: Filter cartridges shall be cleaned by periodic pulses of compressed air as delivered through high performance air control components. Pulsed air back flushes in the opposite direction of normal airflow and into a venturi-style cleaning system. The cleaning system shall be located in a fully enclosed clean air plenum lined with silencer foam for maximum sound control. 12. REQUIRED SERVICES: Each power module shall require a maximum of 0.86 cubic feet of 50 psig clean, dry compressed air per valve per pulse to operate. 13. CLEANING CONTROLS & ELECTRICAL CONTROL PANEL: Electrical control panel shall consist of IEC disconnect and motor starter, a Photohelic? gauge, and a programmable logic controller (PLC). The cleaning control system must include a choice of these three cleaning modes: continuous, Photohelic? differential pressure gauge settings, or after-shift timer. The Photohelic? differential pressure gauge cleaning mode will operate based on a high and low adjustable setting on the Photohelic? gauge. The after-shift cleaning mode will pulse cleans the filter cartridges in a shutdown sequence to eliminate direct worker exposure to pulse noise while dust is kept in the booth. All components are to be mounted in a NEMA 12 enclosure. 14. DUST STORAGE: Each power module shall include two plastic dust storage drawers for a total capacity of at least 2.2 cubic feet. (1.1 cubic feet per drawer). 15. OUTLET AFTERFILTERS: HEPA after filters are required on the discharge of each power module. No part of the discharged airflow may be ducted back into the dust collection booth. B. DUST COLLECTION BOOTHS 1. EQUIPMENT: This purchase shall consist of five (5) dust collection booths with interior dimension of Width = 180in, Depth = 180in, and Height = 108in and one (1) dust collection booth with interior dimension of Width = 315in, Depth = 135in, and Height = 132in. 2. DUST COLLECTION BOOTH CONSTRUCTION: The dust collection booths shall consist of hard wall acoustical panels made from at least 16-gauge or thicker steel. All surfaces are to be primed gray and painted with a blue finish. The interior of the booth and the top front of the power modules shall be lined with 2in thick fiberglass sound abatement material compressed to a thickness of 1in. Acoustical panels are to be comprised of silver aluminum vinyl coated fiberglass cloth in a diamond-quilted pattern, with edges bound and sewn and AVCFC both sides. These panels must be resistant to sparks, abrasion, oil, dust and dirt, and have a flame spread and smoke developed ratings of -5, based on ASTM Designation E-84 (70). The panels must be able to be steam cleaned or washed with standard industrial cleaners without degradation and must include joining strips for modules. 3. BOOTH LIGHTING: Booth lighting will consist of dust tight lens fixtures using 48in long, two-bulb fluorescent fixtures. Sufficient fixtures will be provided such that the lighting level will read 80-100 candles of light 30in from floor when using 40 watt bulbs. C. MISCELLANEOUS ITEMS 1. MEMBRANE AIR DRYER WITH INTEGRATED FILTER REGULATOR: This purchase will also include the following miscellaneous items. Six (6) membrane air dryer with integrated filter regulators shall be included and one (1) air dryer installed on each of the six (6) dust collection booths in order to removes moisture from the compressed air. Each air dryer must operate with no moving parts or electricity and must be of appropriate size for each dust collection booth installation. IV. CONTROLLED AREA REQUIREMENTS. This project involves work on Robins Air Force Base, which is a secured military facility. Allow for 45 minute waits for escorts at arrival. Contractor personnel shall obtain proper personnel identification from the Security Police and/or visitor?s gate to be worn at all times within the controlled area. Vehicles used for the delivery of equipment, supplies, or tools which cannot be hand-carried will be admitted if they have a company logo prominently displayed. The Contracting Official shall be notified if contractor requires a pass greater than 3 days. The contractor shall not continuously obtain 3-day passes to gain access to the base. V. ADDITIONAL REQUIREMENTS. A. Under no circumstances shall the contractor use Government equipment or manpower during this installation, i.e., fork lifts, ladders, tools, etc. B. The installation shall start at the time of initial delivery to each area within building 670. VI. TECHNICAL REPRESENTATIVE A. The Contracting Officer will designate the technical representative for the government at the time of contract award. The Contracting Officer is the only person authorized to make changes to the contract on behalf of the Government. B. The on-site government point of contact (POC) shall be Charles Comeau, 402 CMXG/MXCOPA, 478-222-4078 or Gene S. Pierce, 402 CMXG/MXCOPA, 478-222-4073. ALL contractors must abide by rules set forth in Appendix C. To receive a copy of this, please contact Lt. Ingram. Prices should be FOB Destination (Robins AFB GA 31098). **Offer will be evaluated on adherance to SOW, price, and price-related factors** The following clauses (current through FAC 2005-03 effective 11 Apr 05) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items ? Jan 05; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Quotations may be faxed to 478-926-7549 or emailed kyle.ingram@robins.af.mil no later than 28 June 06, 4:00 pm EST. The anticipated award date will be by 6 July 06. Point of Contact Kyle (2dLt) Ingram, Contracting Buyer, Phone (478)222-1488, Fax (478)926-7549, Email Kyle.Ingram@robins.af.mil Place of Performance
- Place of Performance
- Address: Robins AFB
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN01068634-W 20060615/060613220926 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |