DOWN DRAFT TABLE
SOLICITATION: W911YP21R0006 AGENCY/OFFICE: Utah Army National Guard / USPFO-P&C DELIVERY LOCATION: Utah Army National Guard / 97th AVN Troop Command 7563 S Airport Road, West Jordan, UT 84084 SUBJECT:... SOLICITATION: W911YP21R0006 AGENCY/OFFICE: Utah Army National Guard / USPFO-P&C DELIVERY LOCATION: Utah Army National Guard / 97th AVN Troop Command 7563 S Airport Road, West Jordan, UT 84084 SUBJECT: Down Draft Table RESPONSE DUE DATE: 12:00 PM PST 25 March 2021 CONTRACTING POC: William (Billy) T. Brown III Email: William.t.brown68.civ@mail.mil Phone: 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED***** The Utah Army National Guard is soliciting a requirement for the purchase of a “DOWN DRAFT TABLE” for the 97th Aviation Troop Command under combined synopsis/solicitation W911YP21R0006 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a Total Small Business set-aside under NAICS code “333413 – Industrial & Commercial Fan & Blower Equipment Manufacturing” which has a Small Business Size Standard of 500 employees (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Delivery and installation shall occur with 60 days ARO. This award should be able to be filled by a single vendor. DESCRIPTION OF DOWN DRAFT TABLE: (1 EACH) Down Draft Table, with these specifications: 10 HP providing constant 6,500 CFM airflow to provide a working area of no less than 6ft x 10ft Flame-retardant, six(6) HEPA filter capabilities and elements must meet the following requirements below when operated and installed correctly: “High-Efficiency Particulate Air (HEPA)” filter means a filter that is at least 99.97 percent efficient in removing mono-dispersed particles of 0.3 micrometers in diameter or larger IAW OSHA standard 29 CFR 1910.1026(b) “Permissible Exposure Limit (PEL)”. The employer shall ensure that no employee is exposed to an airborne concentration of chromium (VI) in excess of 5 micrograms per cubic meter of air (5 ug/m3), calculated as an 8-hour time-weighted average (TWA) Filters must be air purged in a closed system prior to removal to allow for a safe means of collecting dust IAW 29 CFR 1910.1026(h)(3)(ii), 1910.1026(h)(3)(iii), and 1910.1026(j)(2)(iii)(A) Filter assemblies must have a gauge indicating remaining effective life span Assembly must include a spark arrestor Approved bid must forward with detailed installation guides for pre-coordination with facilities maintenance installers 208V 3 Phase or 208V 1 Phase Down Draft Table Castors on table Manually operated pulse system to purge the filters (if manual pulse system not available, automatic pulse system may be accepted) QUESTIONS & ANSWERS QUESTIONS & ANSWERS 1) What kind of dust (material) and how much? ANS: The material is a composite material that releases Hexavalent Chromium particles. I don’t know how much material would hit the floor or be airborne. 2) Can you clarify what you mean by allowing 50ft radius? ANS: Please disregard this requirement. 3) 10 HP 6500 CFM would normally never be a 120 volt system. Are you sure they do not want 3 phase? Also, 6500 CFM would normally not be enough for a 10 x 10 table. Are they only drawing air through smaller portion of the table? ANS: Scrap the 10x10 table and stick with the 10HP 6500 CFM requirement for a table that is between 6 and 10ft. long. We will be positioning 30ft rotor blades next to the table and sanding them to make repairs. As a layman, I assumed the two metrics were compatible. The vender should provide a machine that can operate on either 208V 3 Phase or 208V 1 phase power, corded with an appropriate plug end (see attached picture). We will be sanding helicopter rotor blades with advanced composite materials. The plan is to use our own table to position the portion of the blade next to the suction area to perform the sanding. I only need enough CFM to allow for 5 feet or so of blade sanding at any one time before we then stop and reposition the blade in the suction zone. We will need 5 linear feet of suction area that has enough CFM to pull the dust from the air 5 feet in front of the table as well. 4) HEPA filters would normally not be purged with compressed air. Is this a cartridge table with HEPA after filters? ANS: I don't know about the cartridge table and how it differs. I don't know enough about the engineering to tell the difference. The system example I sent in the contracting packet has a system that uses air from a compressor to purge the filters prior to removal. 5) Do you require the vendor to install the table or will CFMO or the military install the table? ANS: AASF requests that the down draft table be assembled in place as a free standing assembly. 6) Do you require training on the table from the winning vendor? ANS: AASF requests a complete owner's manual to accompany the assembly: no training required. 7) Is the requirement for flame retardant HEPA Filters or flame retardant primary filters located prior to HEPA filters? ANS: The requirement as for flame retardant HEPA filters. We will be sanding painted surfaces which have a fire risk when removing and replacing filters. If you can meet this criteria with a pre-filter that is fine. We still need HEPAs filters in the system as well per OSHA. 8) “Permissible Exposure Limit (PEL)”. The employer shall ensure that no employee is exposed to an airborne concentration of chromium (VI) in excess of 5 micrograms per cubic meter of air (5 ug/m3), calculated as an 8-hour time-weighted average (TWA) – Is there a requirement for the vendor other than the efficiency of the filters? ANS: No. This quantifies the requirement for HEPA filters. 9) Filters must be air purged in a closed system prior to removal to allow for a safe means of collecting dust IAW 29 CFR 1910.1026(h)(3)(ii), 1910.1026(h)(3)(iii), and 1910.1026(j)(2)(iii)(A) – Would these filters be in addition to HEPA filters? ANS: The goal is to be able to change these filters with a minimal amount of loose dust being disturbed and shaken from the filter in the removal and bagging process. I think it would be easier to have just the HEPA filters rather than including a pre-filter. That does NOT preclude the vendor from adding pre-filters. As long as they can be purged with compressed air (customer provides) while still in a closed system. 10) What is the application – IE: Grinding, welding, plasma cutting, etc? ANS: Sanding painted carbon fiber rotor blades. CONTRACT TYPE / EVALUATION CRITERIA: The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). An LPTA quote is one that meets all the technical aspects outlined in this solicitation while being the lowest price quote, IAW FAR 15.101-2. For quotes to be technically acceptable they must demonstrate being able to deliver and install equipment 60 Days ARO. SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. QUOTES: Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM PST 25 MARCH 2021. All submissions should be sent via email to: william.t.brown68.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS: The following provisions are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.204-26 – Covered Telecommunications Equipment or Services Representation FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.
Data sourced from SAM.gov.
View Official Posting »