Bead Blast Booth Fire Suppression
(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 ... (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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W912J2-19-Q-6015 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 Dec 2018, and Defense Acquisition Circular DPN 20180928, effective 26 Oct 2018. (iv) This RFQ is solicited as full and open competition. The NAICS code is 333999 with a Small Business Size Standard of 500 Employees. (v) The Wisconsin Air National Guard is anticipating the following items: CLIN 0001: Dust Collector Protection Unit, 1 EA CLIN 0002: Reclaim Hopper Protection Unit, 1 EA CLIN 0003: Mounting Brackets, 2 EA CLIN 0004: Waste Stream Rotary Valve Unit, 1 EA CLIN 0005: Exhaust Fan Ducting Extension and Redirection, 1 EA CLIN 0006: Installation This list is based on initial analysis and is not all-inclusive. See attached Statement of Work for greater detail. (vi) Description of requirement: The 115th Fighter Wing has a requirement to retrofit a Pauli Systems bead blast booth to ensure proper protection from fire hazards. A summary follows; see the attached Statement of Work for greater detail. Five areas of concern regarding the management of explosive dust hazards within the corrosion control bead blast unit; explosive vent discharge, upstream isolation of blast booth, inadequate exhaust ventilation, downstream isolation of waste stream, and elimination of static producing fittings. All equipment and installation methods must meet NFPA 69 and NEC standards. Inadequate space and facility limitations has reduced options for corrective action. The installment of chemical isolation devices based on Sodium Bicarbonate (NaHCO3) would be the preferred method. Installation of system chemical isolation system would include all control units, pressure indicators and applicable hardware. Remove and replace slide gate in downstream waste collection barrel and install rotary valve that meets NFPA 69 requirements. Remove and replace all rubber of silicon transition boots to eliminate potential static energy hazards. A site visit will be held at the 115th Fighter Wing on January 23, 2019 at 9:00 am. See registration information in section xv. (vii) Delivery is desired no later than March 31, 2019. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A determination of best value will be based on price, quality, and delivery schedule. (x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: 52.232-18 Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.223-20 Aerosols 52.223-21 Foams 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Instructions to Offerors: 1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. 2. Quotes must include the Offeror's CAGE Code or DUNS Number. 3. Quotes must include delivery schedule. 4. A site visit will be held at the 115th Fighter Wing on January 23, 2019 at 9:00 a.m. In order to attend, interested parties must pre-register prior to 3:00 pm on January 22, 2019. Register by emailing names and contact information to the primary contact shown on this RFQ. You will receive a confirmation indicating where to meet. 5. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »