SOLICITATION NOTICE
K -- UPGRADE PROFECTILE CART WATER PRE-HEAT SYSTEM
- Notice Date
- 4/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- DAAE30-03-Q-0823
- Archive Date
- 5/18/2003
- Point of Contact
- ERROL T. CHISHOLM, CONTRACTING OFFICER, 973-724-5770
- E-Mail Address
-
Email your questions to ERROL T. CHISHOLM
(CHISHOLM@PICA.ARMY.MIL)
- Description
- SYNOPSIS-UPGRADE PROJECTILE CART WATER PRE-HEAT SYSTEM IN BLDG.810.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is RFQ # DAAE30-03-Q-0823. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (01-12). The NAICS code is 333518 and the small business size standard is 500 employees. The US Army TACOM-ARDEC, Picatinny Arsenal has the following requirement: Upgrades to the Projectile Cart Water Pre-heat System in Building 810, TACOM-ARDEC. This will provide significant improvements in controlling the temperature of the projectile cooling water, which will yield improved explosive cast quality. Government Furnished Equipment (GFE): The following GFE will be made available to the contractor in the equipment?s current location: Neptune water meter (2) 3 HP explosion proof (EXP) motors (2) Jabsco Model 3200- 0011 Water Pumps Shell and tube heat exchanger (currently located in Room 10) WECAC-ASPD will supply the contractor with one (1) rebuild kit for each Jabsco Model 3200-0011 pump. The contractor shall be required to provide the labor to rebuild both Jabsco Model 3200-0011 pump.WECAC-ASPD personnel will disconnect the shell and tube heat exchanger currently located in Room 10, and relocate it to Bay 5. The contractor shall be responsible for mounting the heat exchanger in Bay 5. Procurement and Installation: The contractor shall utilize as many commercially-off-the-shelf (COTS) items as possible; COTS items must be rated for use in the appropriate explosive environment. The contractor shall be required to purchase and install a new 400-gallon galvanized steel water tank in Bay 5. If the required tank is not commercially available, the contractor shall be required to design and fabricate a new 400-gallon galvanized steel water tank. The contractor shall install the tank in Bay 5.The contractor shall install a water circulation system from the 400-gallon tank through the shell and tube heat exchanger currently located in Room 10. The contractor shall install one (1) government furnished Jabsco pump and one (1) government furnished 3 HP EXP motor in Bay 5 to circulate the water through the tank and heat exchanger. The contractor shall install pipe to provide water from the 400- gallon tank to Neptune water meter No. 1 and Neptune water meter No. 2. The contractor shall install the government furnished Neptune water meter No.1 in Room 11. The contractor shall procure and install Neptune water meter No. 2 in Room 32. The contractor shall make connections at both cooling ovens to provide water from the Neptune meters to the existing hoses and quick- disconnects. Two (2) 3-way ball valves shall be installed by the contractor. The first of these shall be installed by the contractor to allow the water to be directed from the Jabsco pump in Bay 5 to either the heat exchanger or to the second 3-way ball valve. The second 3-way ball valve shall be installed by the contractor to direct water from the first 3-way ball valve to either Neptune water meter No. 1 or Neptune water meter No. 2.The contractor shall install an additional Jabsco pump, a 3 HP EXP motor, and the necessary piping and connections near the probe machine in Room 11 to return the water from the water cart to the 400-gallon tank prior to beginning the probing operation. Delivery / Labor / Materials: The contractor shall be responsible for supplying the 400-gallon tank, couplings, copper pipe, pipe insulation, valves, (1) new Neptune water meter, and necessary fittings. The contractor shall be responsible for all labor required to fabricate, purchase, deliver, and install the upgrade to the Projectile Cart Water Pre-heat System in Bldg. 810. This will include all required electrical, mechanical, materials and connections except those noted below. The manufacturers of the water meter and valves will provide their standard commercial warrantees on their respective equipment. WECAC-ASPD will supply the contractor with one (1) rebuild kit for each Jabsco Model 3200-0011 pump. The contractor shall be required to provide the labor to rebuild both Jabsco Model 3200-0011 pump. WECAC-ASPD personnel will disconnect the shell and tube heat exchanger currently located in Room 10, and relocate it to Bay 5. The contractor shall be responsible for mounting the heat exchanger in Bay5. Start Up / Training: The contractor will be responsible for initial start up of the system and to test the system for proper operation. The contractor will provide one day (8hr) training for the operation of the new equipment after initial start up. Environmental Requirements: Upon completion of the system upgrade, the contractor will remove all unused electrical parts, used oil and cleaning fluid from the premises for proper disposal. The contractor will report any spills to the COR/alternate COR. All activities will be in compliance with federal, state and local laws and Army regulations. Period of Performance: Not including the fabrication of the 400-gallon holding tank, installation shall be completed within 3 weeks. . EVALUATION CRITERIA: Lowest price technically acceptable quote.. Quotations are due by 1600 hours Apr.18, 2003 and can be sent by facsimile, electronic mail or mailed to US Army TACOM-ARDEC, AMSTA-AQ-APH, Bldg. 9, Attn: Errol T. Chisholm, Picatinny Arsenal, NJ 07806-5000. E-mail address: chisholm@pica.army.mil, Fax # 973-724-5484, Phone # 973-724-5770.The Government intends to obtain the proposed services on a sole source basis from Integrated Production Systems, Inc., under the authority of FAR 6.302-1, avoidance of duplication of cost and unacceptable delays in fulfilling the agency?s requirements. This notice does not constitute an RFP and is not to be construed as a commitment by the Government. The provision at 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items, with quote . Clause 52.212- 4, Contract Terms and Conditions-Commercial Items, also applies. Clause 52.212- 5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, also applies to this quote.
- Web Link
-
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/RFP/03Q0823/03Q0823.htm)
- Record
- SN00295916-W 20030406/030404213847 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |