Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2008 FBO #2498
SOLICITATION NOTICE

91 -- Lasr Line: Install Delivery and Maintenance

Notice Date
9/26/2008
 
Notice Type
Modification/Amendment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
TARDEV15108
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
gregory pollard, ( 5856)574-7083<br />
 
Small Business Set-Aside
N/A
 
Description
Questions to Solicitation answered at bottom of page I.INTRODUCTION A.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. B.The combined synopsis and Request for Quotation (RFQ) numbers are: TARDEV15108 C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005 26, Effective 12 Jun 2008. D. The NAICS code applicable to this acquisition is 325120, Industrial Gas Manufacturing, corresponding corresponding to a size standard of 1000 employees for small business qualification.. E. Basis for award Award shall be made to the responsible offeror having the lowest price, technically acceptable. F. Delivery and Acceptance shall take place at US Army TACOM Life Cycle Management Command, Warren, MI G. Equipment shall be quoted FOB Destination. H. This acquisition is non-rated under the Defense Priorities and Allocation System (DPAS). II. GENERAL A.The United States Army Tank and Automotive Research, Development and Engineering Center (TARDEC) in Warren, Michigan has a requirement for the following gas tanks as described: 1. Vendor to provide and maintain bulk equipment for laser assist cutting gasses as follows: Monthly rental fees, Telemetry, and maintenance for 5 years. Provisions made for temporary supply of cutting gasses until liquid bulk tanks are installed and operational. Deliveries could be multiple times per day. Minimum 2 full banks on hand for each gas. (rolling banks of oxygen and nitrogen 12 high pressure bottles per bank approx. 4000 cu ft per bank). Nitrogen: Purity:Min 99.995% Pressure: min. 362 psi (25 bar) Max. 435 psi (30bar) Oxygen: Purity:Mon. 99.95% Pressure: Min. 175 psi (12bar ) Max. 250 psi (17bar) Liquid Cylinders: 6000 nitrogen horizontal with trifecta10x 1500 oxygen horizontal Only the latest high pressure, high flow liquid cylinders are acceptable. Heater/Evaporators are required. Evaporators will be sized to provide a minimum of 1.5 times the maximum flow rates The use of Non-metallic hoses are NOT allowed. a) Gas lines: approx. 600 linear ft. of (minimum) seamless Refrigeration grade Stainless steel (cleaned & capped for medical grade usage) is required. 25 ft. of 3 schedule 80 PVC piping for installation of piping (2-lines) to building. Approx. 450 ft. is to be installed overhead (25 ft. high). (trenching and back fill by others) b) 2-In-line gas filter (100 micron) (i.e. Parker 8M-F8L-100-B-8F or equivalent). c) Regulators: high flow, piston type nitrogen or oxygen with a max. 435 psi safety valve (i.e. AGA #SGSR4F _ _ _: CGA connection or equivalent) d) Manifolds e) High purity valve (i.e. AGA #SGES10441FF or equivalent). f) Flexible stainless steel gas line i.e. AGA #SFHSG-001_ _ _: CGA Connection-length: #2 = 2 ft., #3 = 3 ft., or equivalent Actual sizing/piping to be determined by the gas supplier pending tank placement). g) CGA valve and cylinder 2. Minimum recommended laser gas purities Purity Typical Specifications PPM Helium Laser Gas:Helium 4.6H2O less than= 5 He greater than=99.996%O2 less than= 5 THC less than= 1 Nitrogen Laser Gas:Nitrogen 5.0H2O less than= 5 H2 greater than=99.999% O2 less than= 3 THC less than= 1 Carbon Dioxide Laser Gas:Carbon Dioxide 4.5H2O less than= 5 CO2 99.995%O2 less than= 10 THC less than= 1 Laser gas consumption @ Min. 70 psi. (5 bar ) Max. 90 psi (6 bar) pressure: He 0.88 cfh (25 ltr/hr) N2 0.35 cfh (10 ltr/hr) CO2.070 cfh ( 2ltr/hr) For the laser startup period certified bottle laser gases must be supplied. a) Gas lines: Approx. 120 linear ft. of 1/2 (minimum) seamless Refrigeration grade Stainless steel (cleaned & capped for medical grade usage) is required. b) Line Filters: In-line gas filter for each resonator gas, 2 micron (Qty. 3-total) (i.e. advanced gas equipment #SG6113 or equivalent) c) Regulators: high purity single stage regulators with stainless steel diaphrams 90 psi safety valve (i.e. AGA #SGVHPS270C___: CGA connection or equivalent) d) Fittings: Swaglock fittings or equivalent. e) Solvents: no lubricants or solvents permitted in connection with the lines f) Cylinder Change: High purity valve, cylinder line purge (Qty. 6-total) (i.e. AGA #SGES10441FF or equivalent). The purging system must used to prevent air entering the system. g) Switching Manifold: The change will be automatic with an audio/visual operator alarm (Qty. 3-total) (for easy notification of operator to change tanks) h) Flexible stainless steel gas line with stainless steel inner core (i.e. AGA #SFHSg-001-___ : CGA connection length: #2= 2 ft., #3= 3 ft., )#4 = 4 ft. or equivalent). Actual sizing/ piping to be determined by gas supplier pending cylinder placement i) CGA valve and cylinder j) 1- (6) Cylinder Floor Rack with pipe stand k) Solder joints: No solder joints (if absolutely required silver solder only) Bulk and laser gas system Includes installation and gas deliveries as required. All equipment for installation to be supplied by Gas contractor/installer B.Quotations must include FOB Destination and be received by TACOM no later than 12:00 P.M (noon) EST, 26 September 2008. Email quotations to gregory.pollard@conus.army.mil. Contractors must be listed in the Central Contractor Registry prior to receiving an award. Refer to website www.ccr.gov for registration information. C.Questions are requested via email, addressed to Major Todd Pollard at gregory.pollard@conus.army.mil. III.SOLICITATION PROVISIONS AND CONTRACT CLAUSES. The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-3 Offeror Representations and Certifications--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items [Items: (b)(1), (b)(3), (b)(7), (b)(8)(i), (b)(10), (b)(15), (b)(16), (b)(17), (b)(20), (b)(22), (b)(24)(i), (b)(31), (b)(36)] JUN 2008 52.212-4003All or None- Commercial Item AcquisitionSEP 1996 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.233-2Service of ProtestSEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 The FAR and complete text of these clauses can be accessed at: http://farsite.hill.af.mil The following clause from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [Items: (a), (b)2, (b)4, (b)6, (b)14, (b)17, (b)19, (b)20(i)] MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 QUESTIONS: Questions 1) What is the size of the pipe? What is the purpose of the 3 schedule 80 PVC? Does the note (trenching and back fill by others) mean we will not be required to do any trenching and back fill for this project? Is there a piping drawing/layout diagram for this project? -The size of the pipe is inch (minimum) seamless Refrigeration grade Stainless steel. The purpose is as follows: The 3 inch PVC (placed at a depth of 42) will be used to protect the two inch (min.) gas lines from the bulk gas storage pad to the building. From the pad to the building is a 25 foot long trench. Trenching and backfill are not part of this solicitation. Question 2) What are the specifications for the manifolds, or what are the purpose of the manifolds? What is the specification for the CGA valve and cylinder? What is the purpose of this equipment? -The specification for the manifold, CGA valve and cylinder are as follows: Must meet Federal, State and OSHA specifications. The purpose of the manifold is use as a distribution device. The temporary banks will have all 12 cylinders combined to a manifold with the properly rated CGA rated valve per type of gas (oxygen, nitrogen). These temporary banks are required to support training, start debug and normal operation until permanent bulk gas system is installed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf287902ddb062f33ff76c3e34b005ee&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-ASRB, E Eleven Mile Road Warren MI<br />
Zip Code: 48397-5000<br />
 
Record
SN01683480-W 20080928/080926221606-cf287902ddb062f33ff76c3e34b005ee (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.