Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
SOLICITATION NOTICE

46 -- Automatic Duplex Filtration System

Notice Date
4/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-03-Q-0337
 
Response Due
4/21/2003
 
Archive Date
5/6/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 221310 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote.*** ***NIST will be replacing a tube and shell type heat exchanger with a plate type heat exchanger. In order to prevent the heat exchanger from clogging, a duplex filter system will be installed on the inlet side of the heat exchanger. The heat exchanger will be located in a room that is not accessible during the operation cycle of the plant. A duplex bag filter system will be required to collect and filter dirt and debris from the plant chilled water supply line. Debris and dirt collected in the bags will be disposed of as a waste and clean water will be directed to the inlet side of the heat exchanger. The flow of water will be directed to one of the filter vessels by a set of actuated valves, while the other filter vessel is standing by. If, during the operation cycle, the pressure drop on the active filter vessel exceeds a preset pressure differential between inlet and outlet of the filter, the system will automatically switch to the alternate filter. At the end of the plant operating cycle the loaded filter bag will be replaced and the system will be reset so it can switch back to the first filter when the second one becomes loaded. *** ***All interested offerors shall provide a quote for the following: Line Item 0001: One (1) Automatic Duplex Filtration System meeting all of the following specifications: (1) Scope: Complete duplex filter assembly including 2 vessels, valves and controls; (2) Fluid to be handled: Chilled water; (3) Maximum Flow Rate: 100 G.P.M.; (4) Inlet Pressure: 60 to 70 psig; (5) Design Pressure: 150 psig.; (6) Ambient Temperature: Less than 100 degrees F.; (7) The filter vessel shall be constructed and tested per ASME B & PV code Section VIII, Div. I-1992; (8) Material of Construction: Filter vessel: 304 stainless steel; Bag Retaining Basket: 9/64" Perforated 304 stainless steel, sheet metal; (9) Inlet and outlet nozzles shall be 2" diameter, 150# rating ANSI flanged connections, pipe size shall be 2" diameter schedule 40; (10) Inlet and outlet nozzle flanges shall be centered to the system and face the same way, maximum footprint of the system shall not exceed 50"x 15"; (11) Adjustable height legs to support the vessels; (12) Desired Debris Retention: 150 MESH bag filter in each vessel; (13) Maximum pressure drop with clean bags shall not exceed 2 psig; (14) Bag filter top cover or lid shall be easy to open by hand, no tools required; (15) Filter bag material shall be either felt or multi filament mesh type and shall be easy to install, change out and dispose of, by hand, no tools required. It shall lock in place for complete sealing when the filter lid is closed. It shall have a retaining device at the opening. Bag material shall be capable of withstanding the pressure, temperature and flow of water. Filter housing shall accept commercially available bags for interchangeably; (16) Switching between vessels shall be accomplished by 2" ball valves with double acting pneumatic actuators; (17) The system shall be supplied with a NEMA 12 control box for setting and operating the system. The control box will be placed 150 feet from the system; (18) Adjustable differential pressure changeover settings in the range of 1 to 7 PSI; (19) Approval of final fabrication drawings shall be obtained from the Government prior to any fabrication; (20) The filter shall be hydrostatically tested to 1-1/2 times the design pressure, per ASME B & PV Code Section VIII, Div. I-1992 and a certificate of compliance shall be provided; (21) The system shall include the following: 5 replacement bag filters, operation manuals, drawings, and a recommended spare parts list. ***The Contractor shall state the warranty coverage provided for line item 0001. *** ***Delivery shall be FOB DESTINATION and shall be completed no later than 60 days after receipt of an order.*** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery (FOB DESTINATION). The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance, past experience & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience and 4) Price. Technical capability, past performance and, past experience shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or its' affiliates. Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems. Quoters shall describe their experience providing similar systems. Additional information may be obtained from references. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply to this acquisition: 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 including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (18) 52.225-I, Buy American Act - Supplies; ; (21) 52.225-13 Restriction on Certain Foreign Purchases and (24) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) For the purpose of evaluating Past Experience and Past Performance, provide a list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission shall be received by 3:00 p.m. local time on April 21, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-03-Q-0337/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00301393-F 20030412/030410222553 (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 |
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.