Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2025 SAM #8578
SOURCES SOUGHT

99 -- Market Survey/Sources Sought RFI - FAA Mike Monroney Aeronautical Center, OKC - Design Build Complete Sanding Dust Extraction System

Notice Date
5/20/2025 12:26:43 PM
 
Notice Type
Sources Sought
 
NAICS
33399 —
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-25-02320_Dust_Extraction_System
 
Response Due
6/20/2025 10:00:00 AM
 
Archive Date
07/05/2025
 
Point of Contact
Raymond Lena
 
E-Mail Address
raymond.a.lena@faa.gov
(raymond.a.lena@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Centralized Dust Extraction System The following establishes the minimum requirement for the purchase, design, delivery, installation and training on the maintenance, calibration, programming, and use of said equipment of one (1) centralized dust extraction system at the Mike Monroney Aeronautical Center (MMAC). The overall project shall be considered a whole and complete procurement. That is, final acceptance requirements have been met and approved by the appropriate Government POCs and operational training has been conducted. 1.1 Background: The System will be used to support the lifecycle management of ARSR-1, SRSR-2, ARSR-3, ARSR-4, FPS, ASR-8, ASR-9, ASR-11, ASDE-3, ASDE-X, MODE-S, and the TDWR across the entire National Airspace System (NAS). 2.0 Applicable Documents and Definitions Contractor, at a minimum, is required to comply with the current editions of the following requirements for design, construction, installation, and safety as applicable. The term �most recent edition� shall be understood to mean, �most recently released edition as of date of issuance of contract.� 2.1 Government Standards 2.1.1 U.S. Department of Labor 2.1.1.1 29 CFR 1910 � General Industry, OSHA Safety and Health Standards, 2010 or most recent edition (available at http://www.osha.gov/) 2.1.1.2 Application for copies should be addressed to the U.S. Department of Labor, 200 Constitution Ave, Washington, D.C. 20210 2.1.2 Environmental Protection Agency 2.1.2.1 40 CFR 82 � Protection of Stratospheric Ozone, 2010 or most recent edition 2.1.2.2 (Application for copies should be addressed to the U.S. Department of Labor, 200 Constitution Ave, Washington, D.C. 20210) 2.1.3 Federal Standards 2.1.3.1 FED-STD-H28A � Screw Thread Standards for Federal Services, 1994 (R2001) or most recent edition 2.1.3.2 FED-STD-H28/21B � Screw Thread Standard for Federal Service, Metric Screw Threads, 1984 (R2006) or most recent edition 2.1.3.3 (Application for copies should be addressed to Superintendent of Documents, Government Printing Office, Washington, D.C. 20402-001). 2.2 Non-Government Standards: The following documents form a part of this document to the extent stipulated herein. 2.2.1 National Fire Protection Agency (NFPA) 2.2.1.1 NFPA 1 � Fire Code, 2010 edition or most recent edition. 2.2.1.2 NFPA 70 � National Electrical Code, 2014 edition 2.2.1.3 NFPA 70E � Standard for Electrical Safety in the Workplace, 2011 edition or most recent edition 2.2.1.4 NFPA 79 � Electrical Standards for Industrial Machinery, 2007 or most recent edition. 2.2.1.5 NFPA 484 � Combustible Metals, 2015 or most recent edition. 2.2.1.6 NFPA 652 � Standard on the Fundamentals of Combustible Dust, 2019 or most recent edition. 2.2.1.7 NFPA 654 - Standard for Combustible Solids Processing and Handling, 2020 or most recent edition. 2.2.1.8 (application for copies should be addressed to National Fire Protection Association, Battermarch Park, Quincy, MA 02269) 2.2.2 Telecommunications Industry Association (TIA) Standard 2.2.2.1 EIA/TIA-232-F � Interface Between Data Terminal Equipment and Data Circuit-Terminating Equipment Employing Serial Binary Data Interchange, 1997 (R 2002) or most recent edition 2.2.2.2 (Application for copies should be addressed to IHS International Inc., http://www.ihs.com, or call 1-800-854-7179 for U.S. and Canada) 2.2.3 National Electric Manufacturers Association (NEMA) 2.2.3.1 NEMA MG 1 � Motors and Generators, 2009 (R2010) or most recent edition 2.2.3.2 NEMA ICS 6 � Industrial Control and Systems: Enclosures, 1993 (R2006) or most recent edition 2.2.3.3 (Application for copies should be addressed to National Electrical Manufacturers Association, 1300 N 17th Street, Suite 1752, Rosslyn, VA 22209) 2.2.4 American Society for Testing and Materials (ASTM) 2.2.4.1 ASTM SI 10 � American National Standard for use of the International System of Units (SI): The Modern Metric System, 2010 or most recent edition 2.2.4.2 (Application for copies should be addressed to American National Standards Institute, Attn: Sales Department, 1430 Broadway, New York, NY 10018-3363) 2.2.5 American National Standards Institute (ANSI) 2.2.5.1 ANSI B11 Series � Consists of 31 individual standards covering safety requirements for machine, machinery, and machine tools. 2.2.6 American Welding Society (AWS) 2.2.6.1 AWS D14.4 � Specification for Welded Joints in Machinery and Equipment, 1997 or most recent edition 2.2.6.2 (Applications for copies should be addressed to the American Welding Society Inc., 550 North LeJeune Road, Miami, FL 33126) 2.2.7 International Organization for Standardization (ISO) 2.2.7.1 (Application for copies should be addressed to International Organization for Standardization, 1, ch. de la Voie-Creuse, Case postale 56, CH-1211 Geneva 20, Switzerland, e-mail central@iso.ch or IHS International Inc., http://www.ihs.com, or call 1-800-854-7179 for U.S. and Canada) 3.0 Requirements 3.1 General: Contractor shall provide one (1) centralized dust extraction system. The System shall be new and unused (not a prototype). The Machine shall be delivered and installed in the Paint Shop, Building 2, Logistics Support Facility (LSF), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma. The centralized dust extraction system particulars are noted below: 3.1.1 Hazardous Location Designations 3.1.1.1 The sanding booth is considered a Class II Div I hazardous environment. All parts and equipment installed in the sanding booth shall be rated for such an environment. Any penetrations into the sanding booth shall be rated for such an environment. 3.1.1.2 The blasting room is considered a Class II Div II environment containing Group E hazards. All parts and equipment installed in the blasting room shall be rated for such an environment. The blasting room is expected to house the main system vacuum pump, control, cyclone separator, and filter systems. 3.1.2 General Design Characteristic Requirements: 3.1.2.1 Eight (8) workstations shall be provided, four (4) in the sanding booth and four (4) in the adjacent blasting room 3.1.2.2 NEMA-rated control panel with motor overload protection, system monitoring, and emergency stop 3.1.2.3 HEPA filtration with pre-filter stage 3.1.2.4 Auto-clean or pulse-jet HEPA filtration system 3.1.2.5 Wheeled 55-gallon dust collection drum with level sensor and quick-release system 3.1.2.6 System shall accept 3-phase power 3.1.2.7 Ductwork shall be made from galvanized steel 3.1.2.8 Ductwork shall be designed to minimize pressure loss and allow for easy cleanout 3.1.2.9 All ducting shall use swept elbows 3.1.2.10 All reducers shall be tapered 3.1.2.11 Quick connect type fittings shall be incorporated at each tool interface 3.1.2.12 Blast gates shall be incorporated for each tool interface 3.1.3 Performance Requirements 3.1.3.1 The system shall be capable of supplying vacuum pressure greater than or equal to 7� Water Column (WC) at an airflow greater than or equal to 400CFM, at the tool interface, to a minimum of six of the eight tool interfaces simultaneously. 3.1.4 Equipment Health, Condition Monitoring, and Diagnostics: The Machine shall comply with ISO 17359 and ISO 55000 Series where applicable. The Machine shall meet, at a minimum, the following requirements: 3.1.4.1 The Machine sensing and indication capabilities shall include but is not limited to operational status, fault and warning conditions, system monitoring alerts, maintenance reminders, and emergency stop activation. 3.1.4.2 All hydraulic and/or lubricating oil circuits shall be filtered per ISO 4406, if applicable. 3.1.5 Human Safety and Health: Covers, guards, pressure relief valves, emergency stop devices, and other safety devices shall be provided for all parts of the machine that present safety hazards. The safety devices shall not interfere with the operation of the machine. The safety devices shall prevent unintentional contact with the guarded part and shall be removable to facilitate inspection, maintenance, and repair of the parts. All machine parts, components, mechanisms, and assemblies furnished on the machine shall comply with all the applicable requirements of 29 CFR 1910 and ANSI B11 series regulations. 3.1.6 Noise Levels: The noise level emitted by the equipment under load shall not exceed 80 dBA when measured at the operator�s workstation or at any other point three (3) feet from any of the equipment associated with the System as measured on the �A� weighted scale of a standard Type II sound level meter. 3.1.7 Chemicals: The Contractor shall furnish to the Government POC a list of all chemicals used in conjunction with installation and maintenance of the equipment, and their Material Safety Data Sheets (MSDS) 90 days prior to delivery of equipment. If time frame specified does not match with the expected delivery schedule, then the Contractor shall propose an alternate schedule that makes delivery of chemical information to the Government prior to installation with a minimum of 4 weeks for review of the data and comments by all interested Government parties. If necessary, the delivery of the equipment shall be delayed allowing for the chemical review and comment period. Additional delivery delays may be required if the Government requests alternative chemicals. The Contractor shall submit this proposed schedule at time of contract award for Government approval. The Contractor shall furnish all chemicals required for the installation and start-up of the Machine. The government reserves the right to reject use of any chemicals and request alternative(s) be proposed for completion of the installation. Proper use, storage and removal of any chemical required during commissioning of test stand shall be coordinated with the Environmental Coordinator (EC). EC info will be made available to Contractor by Government POC, as needed. 3.1.8 Prohibited Materials: 3.1.8.1 Mercury restriction: The machine shall contain neither mercury, mercury compounds, nor be exposed to free mercury during manufacture. 3.1.8.2 Asbestos restriction: Asbestos and materials containing asbestos shall not be used on or in the machine. 3.1.8.3 Polychlorinated Biphenyl (PCB) restriction: The use of polychlorinated biphenyl on or in the machine is prohibited. 3.1.8.4 Lithium restriction: Lithium batteries used in the computer system are exempt from this requirement. 3.1.8.5 Ozone Depleting Chemicals (ODC) Restrictions: Class I ozone depleting substances in accordance with section 602(a) of the Clean Air Act Amendments 1990, 42 USC 7671a(a) as implemented by 40 CFR 82 Protection of Stratospheric Ozone, shall not be contained within, or used on this equipment. 3.1.9 Environmental Protection: Under the operating, service, transportation, and storage conditions described herein the machines shall not emit materials hazardous to the ecological system as prohibited by federal, state, or local statutes in effect at the point of installation. 3.2 Construction: The System shall be constructed of parts that are new, without defects, commercial-off-the-shelf (COTS), and free of repairs. Metals shall be corrosion resistant materials unless suitably protected to resist corrosion. The machine construction shall include all components, parts, and features necessary to meet the performance requirements specified herein. All parts subject to damage from environmental hazards shall be sealed or otherwise protected. The machine shall be capable of withstanding all forces encountered during operation of the machine at its maximum rating and capacity without distortion or failure. Welding, plugging, or filling with solder or paste shall not be employed as repair or reclamation measures for defective parts. All screws, pins, bolts, and similar parts shall be installed with means of preventing loss of tightness. All parts subject to removal or adjustment, shall not be swaged, peened, staked, or otherwise permanently deformed. 3.3 Castings and Forgings: All castings and forging shall be free from defects, scale, or mismatching. Processes such as welding, peening, plugging, or filling with solder or paste shall not be used on casting and forgings for reclaiming any parts of the machine. Such processes may only be used for enhancing surface finish and appearance. 3.4 Welding, brazing and soldering: Welding, brazing or soldering shall be employed only where those operations are included in fabrication of the original design. These operations shall not be employed as repair or reclamation measures for defective parts. Any excess material used for such operations shall be thoroughly removed from the part(s) upon completion of the operations. Weldments shall comply with AWS D14.4. 3.5 Surface Finish: All surfaces of castings, forgings, molded parts, stampings, and welded parts shall be clean and free from sand, dirt film, sprues, flash, scale flux and other harmful or extraneous materials. External surface edges shall be either rounded or beveled unless sharpness is required to perform a necessary function. Except as otherwise specified herein, the condition and finish of all surfaces shall be commensurate with the manufacturer�s standard commercial practice. 3.6 Gears: All gears and pinions, if applicable, shall be designed and manufactured of a suitable ferrous material with proper width and size to transmit full-rated torque and horsepower throughout the speed ranges without failure for the expected service life of the machine. 3.7 Painting: Yellow or orange safety color-coding shall be used for designated physical hazards. 3.8 Screw Threads: All threaded parts used on the machine and its related attachments and accessories shall conform to FED-STD-H28 or FED-STD-H28/21B. 3.9 Interchangeability: To provide for replacement of worn parts, all parts bearing the same part number shall be functionally interchangeable and dimensionally identical within the manufacturer�s tolerance limits. Records, including detailed parts drawings, shall be maintained by the equipment supplier by part number throughout the life of the equipment so that any replacement part can be supplied to the customer. 3.10 Maintainability: The System shall be designed and constructed to permit effective maintenance. The machines shall be equipped with access covers (if applicable) to facilitate inspection, cleaning, repair, and replacement of parts. 3.11 Lubrication: Means shall be provided to ensure adequate automatic lubrication for all moving parts. Recirculating systems shall include filters which are cleanable or replaceable. Each lubricant reservoir shall have visible or mechanical means for determining fluid level. All oil holes, grease fittings and filler caps shall be accessible. Parts consuming fluids shall be clearly identified as such along with the recommended periods of additions and the type of fluid that should be used. 4.0 Installation 4.1 Installation Plan: Contractor shall provide an installation plan No Later Than (NLT) 15 days After Receipt of Order (ARO) to enable the government time. The Installation Plan shall include the following: 4.1.1 Shop drawings showing proposed ingress path and final installation layout 4.1.2 Floor load distribution requirements 4.1.3 Required utilities, i.e. electrical requirements, low or high pressure air, HVAC air, process water, etc. 4.1.4 Software and network requirements 4.1.5 Detailed plan of events from delivery, installation, final system checkout, to startup 4.1.6 Any staging area or storage area requirements 4.2 Installation: The contractor shall deliver and install the System NLT 16 weeks after approval of installation plan. 5.0 Technical Data 5.1 Manuals/Drawings: The technical data package shall include, at minimum, the following in hard copy or digitally on DVD: 5.1.1 General Operation, where applicable 5.1.1.1 Machine setup and installation 5.1.1.2 Startup and shutdown procedures 5.1.1.3 Safety guidelines 5.1.2 Maintenance, where applicable 5.1.2.1 Routine maintenance schedules and procedures 5.1.2.2 Pump servicing 5.1.2.3 Troubleshooting common issues 5.1.2.4 Lockout/tagout procedures 5.1.2.5 Material Safety Data Sheets 5.1.2.6 Ingress Protection (IP) rating and environmental protection details 5.1.2.7 Spare parts and consumables list 5.1.3 Electrical and Plumbing schematics, where applicable 5.1.3.1 Machine wiring diagrams 5.1.3.2 Pneumatic and water flow schematics 5.1.3.3 High pressure circuit layout 5.1.4 Software User Guide, where applicable 6.0 Training/Familiarization 6.1 Training: Contractor shall provide a comprehensive training for up to five (5) machine operators. Training shall include the following: 6.1.1 General familiarization 6.1.2 Instruction and demonstration of machine operation 6.1.3 Routine maintenance operations 6.1.4 Any calibration requirements 7.0 Special Provisions 7.1 Facility: The Contractor shall install this equipment in an operational facility that is engaged in the maintenance, repair, overhaul, and fabrication of National Airspace System (NAS) assets. This shop is in operation 12 hours per day Monday through Friday and engages in overtime on the weekend on a occasional basis. Contractor shall be required to consult with Project Engineer and the GOVERNMENT POC to develop a timeline that accommodates the continued performance of user�s mission function during the installation. Contractor shall be responsible for cordoning off work areas. 7.2 Field Service Engineer: As a part of the contract, the Contractor shall provide a field service engineer for technical direction and coordination during receipt, installation, startup, and checkout of the machine at the MMAC. 7.3 Receipt and Acceptance: The Contractor shall be responsible for receipt and acceptance of the System shipments to the MMAC, both prior to and during installation. The Contractor shall direct the unloading, staging, and site location of the System shipments. The Contractor shall provide all forklifts, cranes, equipment operators, and rigging service necessary for the System unloading and site location. 7.4 Secured Area(s): Project is located in a secured area. Contractor personnel will be issued site badges by the Security Office located on the Northwest side of the MMAC. Badge issuance process shall be coordinated by the GOVERNMENT POC. Badges (including temporary badges) shall be always displayed while on the MMAC. Equipment and large items shall be required to enter base through the Truck Gate located on the south side of MMAC. The Government reserves the right to inspect any and all deliveries being made to the base before entrance is permitted. 7.5 Contractor Usage: Electrical outlets (120V/60Hz/15A) and compressed air (115 psig) for power tools will be available for use by the Contractor at the work site. The Contractor shall provide extension cords and compressed-air extension hoses to connect into the utilities for construction use. All work must be coordinated with Production Management, Josh Scantlin (405)954-9571, Alan Cain (405)954-3262 or John Teas (405)954-9433. 7.6 Safety and Quality Control. 7.6.1 Contractor is responsible for ensuring and enforcing industry safety practices, and quality control of the job site. 7.6.2 Contractor shall comply with all safety practices posted in the assigned work area and Personal Protection Equipment (PPE) requirements. PPE shall include, but is not limited to, safety glasses and hearing protection. 7.6.3 Contractor and his/her representatives shall have appropriate environmental and safety training required by the state and federal government according to Resource Conservation Recovery Act (RCRA). 7.6.4 The Contractor is advised that electric service is in the work area. Fall protection, PPE, and any other safety related material needed shall be provided by the Contractor for contract employees. All safety signage in the work area and OSHA regulations shall be strictly followed by the Contractor. The Contractor�s onsite supervision shall be responsible for ensuring personnel related to this project observe and follow the safety guidelines and properly wear the correct PPE. 7.7 Housekeeping: 7.7.1 Contractor shall keep the work areas clean and neat in accordance with Industry Standards, Occupational, Safety and Health Administration (OSHA), fire and safety standards and this SOW. Cleanup at the end of each day is required. All tools shall be properly stored in a lockable toolbox and trash removed. All hardware shall be properly stored in appropriate containers and the work area left in orderly condition, no exceptions. 7.7.2 Packing material, material remnants, rubbish and debris shall be removed from Government property daily, unless otherwise directed, to avoid accumulation at the work site. Materials that cannot be removed DAILY (NO EXCEPTIONS) shall be stored in areas within the staging/storage area outlined in the installation plan. 7.8 Tool Control and Accountability: It is the responsibility of the contractor to maintain accountability and security of tools during installation. 7.9 Field Verify: 7.9.1 All plan information such as floor plan layouts with dimensions provided by the Government for existing and new equipment are based on available documentation. This information is to be considered approximate and shall be field verified by Contractor. 7.9.2 Contractor shall field verify that sufficient space is provided for the equipment prior to beginning installation. Issues with available space versus space need for the installation and equipment shall immediately (within 1 clock hour) be brought to the attention of the project engineer and contracting officer. 8.0 Proposal By Contractor: 8.1 The information provided by the Government�s SOW reflects a custom design. Contractor shall be responsible for providing to the Government (at proposal submittal) any sketches, drawings, verbiage or a combination of these items to provide an accurate picture of their proposed solution for design completion and installation. 8.2 Proposal shall include, but not limited to: 8.2.1 Scope of Supply and Deliverables: 8.2.1.1 Overall System Design 8.2.1.2 Equipment Details 8.2.1.3 Software and Controls 8.2.1.4 Installation and Setup 8.2.1.5 Documentation and Training 8.2.1.6 Warranty and support 8.2.2 Technical Compliance and Performance Guarantees 8.2.3 Project Timeline and Delivery Schedule in Gantt Chart format 8.2.4 Cost Proposal and Terms 8.2.4.1 Detailed Pricing Breakdown 8.2.4.1.1 Base system cost 8.2.4.1.2 Installation and commissioning 8.2.4.1.3 Accessories 8.2.4.1.4 Training 8.2.5 References and Past Performance 8.2.6 Terms and Conditions 9.0 Government Furnished Property: 9.1 In accordance with (IAW) Government procedures, the Contractor is authorized to share Property of the Government, without cost, with Government personnel at MMAC for the duration of this contract and only as needed for performance of this contract. The Government retains title to all Shared Property of the Government, until the Government properly disposes of this property as authorized by law and regulation. The Government will maintain accountability (property records) for Government reporting requirements. The Contractor shall ensure this property is secured at the close of each workday. 9.2 This Shared Property of the Government is not considered Government Furnished Property (GFP) requiring property administration IAW FAR Parts 45 and 52.245 plus supplements. However, this Shared Property of the Government will be administered IAW the provisions of this PWS and FAR 52.237-2, Protection of Government Buildings, Equipment, And Vegetation. The Contractor shall comply with the contract terms and conditions and this SOW. 9.3 Government Furnished Services (GFS) 9.3.1 Government furnished services are applicable during the performance of this contract. The Government will furnish the following services at the MMAC: 9.3.1.1 Security Forces. The Government will provide general on-base security forces� service. The security forces� telephone numbers are 405-954-3444 for emergencies and 405-954-4566 for non-emergency calls. The off-base 911 center receives 911 cell phone calls. Cell phone callers need to advise the 911 off-base center they are on the Mike Monroney Aeronautical Center in order to be connected with the on-base 911 center. 9.3.1.2 Utilities. The Government will provide utility services. These utilities include natural gas, electricity, water, and sewer for the sole purpose of accomplishing this contract. If the contractor requires additional utility services, it shall be the contractor�s responsibility to provide. Contractor shall use due care and diligence in efforts to conserve utilities to reduce utility costs. 9.3.1.3 Refuse Collection. The Government will provide refuse collection services limited to the extent provided in the Base Refuse Collection Contract(s) for the Government provided facilities. The Government will only allow non-hazardous refuse to be emptied into the nearest authorized refuse dumpster for trash collection. Do not use Government dumpsters to dispose of construction debris. 9.4 Government Furnished Drawings 9.4.1 All work plan drawings prepared by the Government for this project are available in electronic format (AutoCAD 2015 or newer, .dwg) from the GOVERNMENT POC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79552387b41a4388828ee32d67d6f89b/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07450213-F 20250522/250520230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.