Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2007 FBO #2034
SOLICITATION NOTICE

43 -- TWO (2) NEW BUBBLER AIR COMPRESSORS FOR THE MELVIN PRICE MAIN LOCK

Notice Date
6/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-07-T-7102
 
Response Due
7/12/2007
 
Archive Date
9/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1) This is a combined Synopsis/Solicitation for commercial items 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 2) Solicitation W912P907T7102 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 2005-16 a nd Class Deviation 2005-o0001. 4) The solicitation is set aside 100% for Small Business. The NAICS Code is 423830; Size Standard: 100 employees. 5) DESCRIPTION: DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. SCOPE. The Contractor shall furnish all labor, materials, plant and equipment required to perform, in accordance with the specifications, all work necessary to provide two (2) new bubbler air compressors for the Melvin Price Main Lock. The Contractor shall deliver all items to the Melvin Price Locks and Dam Warehouse, 301 Riverlands Way, West Alton, Missouri between the hours of 8:00 am and 4:00 pm, Monday through Friday. The Contractor shall contact Mr. Mic hael A. Quinn at 636-899-1543 (Alternate: Mr. Greg Walgate at 636-899-0094) for additional information or scheduling of delivery. 2. QUALITY CONTROL. (See Section H, Special Contract Requirements). 3. BUBBLER AIR COMPRESSORS. 3.1 General. Each bubbl er compressor shall be an air-cooled, rotary screw, oil-flooded type with modulating control. Each compressor shall be gear-driven or close-coupled direct driven by a 460-volt, 3-phase, 60 Hertz, TEFC electric motor. Each compressor shall operate eff iciently at approximately 450 feet above sea level within a minimum temperature range of minus-10 degrees Fahrenheit to 110 degrees Fahrenheit. The compressor rotors shall be precisely matched with lubrication by a pressurized differential oil system or a shaft-driven oil pump. Each compressor unit shall be pre-piped and pre-wired. Each bubbler compressor shall be provided with disposable air intake filters and/or silencers of sufficient size to prevent restriction of airflow. The Contractor shall provide any aftercoolers, motor starters, lubricant heaters, level gauges, performance gauges, indicator lights, automatic stop switches, and remote start/stop equipment, as required for safe, efficient operation from the Central Control House and local op erating station. 3.2 Performance Criteria. Each bubbler compressor shall be rated for 1,000 cubic feet per minute (+/- 5%) at 100 pounds per square inch  gage (+/- 5%) pressure with 200 nominal drive motor horsepower. Each compressor shall be capable of a minimum of 6-starts per hour. 3.3 Environmental Enclosure. Each compressor shall be furnished with an environmental enclosure suitable for outdoor exposure in a humid, riverine environment with rain/snow protection. Each compressor shall be a base-mounted, packaged unit, sealed on all sides, with a maximum dBA sound level of no greater than 76 at one meter distance from the enclosure. Fill and drain openings for lubricating oil and coolant shall be piped to provide easy access from the outside of the environmental enclosure. 3.4 Low Ambient Temperature Design Package. The Contractor shall provide all low ambient temperature equipment required to keep each compressor functional outdoors at minus-10 degrees Fahrenheit, including but not limited to, space heaters in the drive mo tor, variable frequency drive (vfd) radiator fan motors, moisture separator, heated starter enclosure, heat tracing and insulation on control lines, stainless steel control lines, modulating exhaust air louvers, ambient package inlet air temperature sensor , oil cooler outlet manifold temperature sensor, and a separate 120-volt, single phase, 60 Hertz connection for space heaters. 3.5 Lubricant. Each compressor system shall be lubricated with a synthetic 8,000 hou r change interval fluid. Each compressor shall have a properly sized air/oil separator with a fluid carryover limited to 2 parts per million (ppm). The lubricating oil shall be filtered through replaceable element filters. Filter elements shall have a m inimum of 10 micron rating. 3.6 Control Panel Features. The minimum control panel features shall include, but not be limited to: (1)Discharge air temperature gauge.(2)Lubrication oil temperature gauge.(3) Discharge pressure gauge.(4) Discharge tempera ture gauge. (5)Hour meter.(6) Oil pressure gauge. (7) Service air filter indicator light. (8)High discharge air temperature light. (9)Service rotor oil filter light. (10) Service bearing oil filter light. (11) Service air-oil separator light. (12) Power on/run indicator light. (13) Low oil pressure indicator light. (14)High discharge temperature annunciator. All electrical controls and instrument panels shall be NEMA 4 design. Each compressor shall be operable from the Central Control House, as well as, locally, at the compressor control panel. 3.7 Automatic Stop. Each compressor shall automatically shut down when excessive high discharge air temperature and/or low oil pressure occurs. 3.8 Electric Drive Motor. Each drive motor shall be the general purpose, totally enclosed fan-cooled (TEFC) type, conforming to the applicable requirements of NEMA MG1. The motors shall be suitable for operation on a 460-volt, 3-phase, 60 Hertz circuit . Motor horsepower rating shall not exceed 200 horsepower. The motor starter shall be a soft start type. 3.9 Pre-qualified Bubbler Compressors. The following compressed air package units have been pre-qualified to meet the applicable requirements o f this specification, when furnished with the proper optional equipment: (1) Atlas-Copco model no. GA160, rated at 990cfm, 100 psig, and 200 horsepower.(2)Gardner Denver model no. ST-200, rated at 1,000 cfm, 100 psig, and 200 horsepower (220 Bhp). 4. PREPARATION FOR SHIPMENT. Prior to shipment from the fabricators plant, the Contractor shall prepare all assemblies for shipment as described herein. Pallets shall be of sufficient size and strength to permit safe loading and unloading without damag e. All materials shall be protected from abrasion or contact damage in shipping. Pallets shall not be stacked. Each pallet shall be marked with the proper identification numbers, shipping weight, as well as the fabricators name, address, contract numbe r, and telephone number. All markings shall be in the English language with letters at least one-inch in height. A packing list, sealed in a moisture-proof envelope, shall be attached to each pallet. 5. HANDLING FOR SHIPMENT. The Contractor shall provide all labor, materials and equipment required for loading, handling and unloading of the bubbler air compressor systems. The Government does not have lifting equipment or personnel available for handl ing. No equipment, labor or materials will be made available by the Government for handling operations. INSPECTION AND ACCEPTANCE. 1. INSPECTION. Final inspection will be made at the destination by the Government within thirty (30) calendar days after d elivery of the item(s). Any item, or portion thereof, not in strict conformity with the specification requirements will be rejected, and shall be replaced promptly by the Contractor, to the satisfaction of the Contracting Officer, without additional cost to the Government. 2. ACCEPTANCE. When delivery and final inspection have been satisfactorily completed, the item(s), if found acceptable, will be formally accepted by the Contracting Officer for, and in behalf of, the Government. DELIVERIES OR PERFORMAN CE F.1 PLACE OF DELIVERY The item(s) supplied under this contract shall be delivered F.O.B. Destination to: Department of the Army St. Louis District, Corps of Engineers Melvin Price Locks and Dam Warehouse, 301 Riverlands Way, West Alton, MO 63386 F.2 52.212-0 001 III TIME OF DELIVERY (APR 1984)ALTERNATE III (APR 1984) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE for 2 each is 60 Calendar Days after DATE of Receipt of a Written Notice of Award. The Government will evaluate, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFERORS PROPOSED DELIVERY SCHEDULE _____________________________________________ SPECIAL CONTRACT REQUIREMENTS 1. Quality Control. A. General. The Contractor shall establish and maintain quality control for the work specified in this solicitation to assure compliance with the contrac t requirements. The Contractor shall maintain records of quality control for all operations including, but not limited to, the following: (1) Inspection at the fabrication plant for damage to, and defects in, materials. (2) Inspection at the fabrication plant to assure use of specified materials. (3) Inspection of finished work for proper dimensional requirements. (4) Inspection of finished work for proper packaging and shipping procedures. B. Reporting. Two copies of these records and tests, as well as the records of corrective actions taken, shall be furnished to the Government as requested by the Contracting Officer. C. Submittals required by this section of the solicitation include, but are not limited to: (1) A copy of the Contractors Quality Con trol Plan that he proposes to use to achieve the requirements of these specifications. (2) Results of measurements on each assembly fabricated according to the contract drawings. SEE NOTES. 8) FAR 52.212-1-Instruction to Offerors, applies to this solicitation. 9) This solicitation incorporates 52.212-2, Evaluation of Commercial Items. Award will be base upon lowest price/technically acceptable offer. The government reserves the r ight to make award on the initial quote received without discussion. 10) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with the offer. The Representations and Certi fication can be completed at http://orca.bpn.gov. 11) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 12) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial I tems applies to this acquisition; only the following FAR clauses in paragraph (b) of 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside, 52.222-3,Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportun ity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of t he Vietnam Era, and Other Eligible Veterans, 52.225-1 Buy American Act Supplies, 52.225-13, Restrictions on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. 13) FAR 52.233-3 Protest after Award applies to this acquisition. FAR 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. The following provisions and clauses also apply DFAR 252.212-7001, Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, is app licable, but only the following clauses in paragraphs (a) apply: 52.203-3 Gratuities and (b) apply: 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment 14) N/A 15) N/A 16) Quotes must be signed, dated and submitted on c ompany letterhead. Quotes are due NO LATER THAN 12 July 2007 (11:00 AM CST). 17) Send quotations to the US Army Corps of Engineers St Louis District, Attn: Deborah A. Krems, 1222 Spruce St, Room 4.207, St. Louis, MO 63103-2833. Quotations may be submitted via fax at (314) 331-8746 or email at Debbie.Krems@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN01323708-W 20070622/070620221602 (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.