Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

44 -- Heavy duty hospital vacuum system

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0955
 
Response Due
9/7/2006
 
Archive Date
10/7/2006
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-06-T-0955 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 (8/4/06) and DFAR Change Notices effective through 8/14/06. The standard industrial code is 3569 (NAICS 333999) and the business size standard is 500 employees. The agency need is for two each heavy duty hospital vacuum systems (similar to Sullair model HSP-1000-1-VS-20-75). The specifications are as follows: FEATURES a) 10 micron inlet filter b) Inlet pressure gauge c) 10 micron oil filter d) Oil separation differential pressure gauge e) Discharge temperature gauge f) 460v full voltage starter g) Inlet modulation system to match system demand to vacuum pump capacity h) Temperature control valve i) High discharge temperature shutdown j) High discharge pressure shutdown k) Standard NEMA design motor l) Inlet check valve m) Bearing fluid reservoirs n) SRF 1/4000 compressor fluid (1 year or 4000 hours) o) Air cooled 1) Vacuum pump ? single stage, asymmetrical lobe rotary screw type, constructed of tapered roller bearings for high load carrying capacity. The unit shall be flood lubricated and initially sealed and cooled. The unit shall be factory warranted not only against defects in material and workmanship, but also the capacity loss due to wear for two-years from date of start-up. 2) Motor ? shall be a standard NEMA design, class B insulation, 3600 RPM, totally enclosed ? fan-cooled (TEFC), open drip proof, squirrel cage induction type, 75 horsepower, 460 / 3 / 60. The motor shall couple to the compressor through a lifetime type, non-lubricated, flexible coupling. 3) Electrical system ? shall be full voltage magnetic starter with circuit breaker disconnect, compatible with the electrical and performance characteristics of the motor. 110-volt control transformer, terminal strip, and three (3) phase overload protection. All enclosed and mounted in a NEMA 4 enclosure. 4) Controls ? shall be a vacuum switch with a start button and stop maintained button. Two position hand / auto selector for either constant run mode or start stop operation. 5) Instrumentation ? shall consist of the following: vacuum gauge and discharge temperature gauge, delta P gauges for maintenance of bearing filter and separator. Inlet filter differential pressure gauge. Protection includes high discharge temperature; high discharge air pressure and motor overload shutdown devices. In addition, unit shall include hour meter, power on light, machine running light and auto light for visual signal or unit in service. 6) Inlet ? shall be step less, modulating inlet control for precise control of system vacuum level with automatic unloading. Low upload power consumption. 7) Lubrication / sealing ? the rotor cavity shall be lubricated by a positive displacement lube pump with overpressure bypass and suction strainer, then through a heat exchanger and filter. Operation temperature control shall be accomplished by thermal lube pass valve allowing for quick warm-up and control of lubricant viscosity for optimum performance. The waste heat from the coolers shall be removed through an up draft type exhaust fan. 8) Discharge separator ? shall be a combination lubricant reservoir and two-stage air / fluid separation system and include a pleated separator element for high efficiency. 9) Inlet gas filter ? The non-saturated inlet stream shall be dry type, single stage coalescing filter. 10) Automatic re-start ? it is recommended by NEPA 99, health care facilities, that each RSVS unit in the Hospital system shall be equipped with circuitry that will re-start the units upon return of power after an outage. 11) Automatic alternation ? shall house in a NEMA 4 enclosure with machine run lights and is provided for wall mounting. Alternation shall be accomplished through a programmable controller with a panel-mounted digital readout timer, which can be field adjusted to alternate lead / lag programmed intervals. The lead machine carries base load demand and lag machine (s) shall remain as automatic standby for emergency situations or if demand exceeds lead machine capability. 12) Audible alarm ? signals shall be sent when reserve or off duty pump is in operation. 13) Enclosure ? shall be made out of heavy gauge steel sound-attenuated enclosure covering the complete assembly with easy accessibility through removable panels. Package comprised parts and sound attenuation per compressed air and gas institute, OSHA ?PNEUROP? (CAGI). 14) Compressor fluid ? shall be 8000-hour non-varnishing biodegradable fluid. Application Engineering Data ? A) Vacuum performance: Maximum full load vacuum is 29.5? of mercury Capacity is 1034 ACFM at 24? of mercury Brake horse power (BHP) at full load is 57 This requirement is for a fixed priced. Quotes will be accepted on a ?Brand Name or Equal? basis. All items are to be delivered to: San Diego CA. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and minimum specifications. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s specifications at the lowest price. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 9-7-06, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Record
SN01125074-W 20060826/060824221759 (fbodaily.com)
 
Source
FedBizOpps 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.