Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

91 -- Liquid Nitrogen Storage, High Purity Nitrogen Gas Conversion System and On-Going Liquid Nitrogen Delivery

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 90210
 
ZIP Code
90210
 
Solicitation Number
H94003-09-R-0004
 
Archive Date
7/10/2009
 
Point of Contact
Lindsay Cox, Phone: 9162311565, Linda Baustian, Phone: 9162311658
 
E-Mail Address
cox@dmea.osd.mil, baustian@dmea.osd.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation (planning) for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Funding for this requirement is not currently available. This is a planning solicitation. Discussions with offerors will be delayed until funding is available. Proposals shall be valid for a minimum of 90 days. This announcement constitutes the solicitation. The duration of the contract is as follows: 18 month base plus 4 option periods (3 each 12 month options and I each 6 month option). The anticipated period of performance for the 18 month base year is 1 Sept 2009- 31 Mar 2011; option year one 1 Apr 2011- 31 Mar 2012; option year two 1 Apr 2012- 31 Mar 2013; option year three 1 Apr 2013- 31 Mar 2014; option year four 1 April 2014- 31 Oct 2014. The NAICS Code is 325120 with a size standard of 1,000 employees. The solicitation reference number is H94003-09-R-0004. This requirement is for the purchase and delivery of liquid nitrogen meeting or exceeding SEMI C59-1104 Grade 4.8, hardware equipment installation, lease, and at completion of contract - equipment removal. The place of performance is Defense Microelectronics Activity (DMEA), 4234 54th St, McClellan, CA 95652. This requirement is in accordance with Performance Work Statement (PWS) 09-9C7, Liquid Nitrogen Storage, High Purity Nitrogen Gas Conversion System and On-Going Liquid Nitrogen Delivery. Due to DMEA's critical need for continuous, uninterrupted N2 supply (both liquid and gas) the contractor shall meet the following minimum qualifications: own and operate the liquid N2 production and storage facility; own/lease and operate the liquid N2 delivery trucks, demonstrated minimum experience of the past last 5 years in delivering high purity bulk liquid N2 to semiconductor fabrication facilities; and designing, providing and operating N2 liquid to gas delivery systems for semiconductor fabrication customers. EXPECTED USAGE RATES: range from approximately 3.3 million standard cubic feet (FTS) of liquid N2 per month to 4.4 million FTS of N2 per month. DMEA's usage rate may vary based on operational demands and could increase with new equipment installations in the future. REQUIREMENTS: The contractor shall design, provide and install a N2 system consisting of a liquid N2 storage tank (minimum 13,000 gallons), dual switchable heat exchangers (vaporizers) to covert the liquid N2 to gaseous N2, piping, gauges, regulators, valves, a filling station for DMEA's portable liquid N2 "Dewar" tank, remote monitoring equipment and an output header for DMEA's connection to the building piping. The contractor shall provide on-going maintenance support of the N2 system, quality control and provide liquid N2 product resupply based on DMEA operational demands. A site visit will be held at DMEA 27 May 2009 at 1:00 p.m. Attendees must sent an email to cox@dmea.osd.mil 24 hours prior to site visit providing name, name of firm, job title, phone number, citizenship status and address. The contractor shall, after contract award, visit DMEA prior to developing their final design to identify existing field conditions, identify any constraints for both the equipment and delivery trucks and verify operational requirements. Engineering Drawings: Within 30 days after contract award, the contractor shall provide N2 system engineering drawings showing the system and the required site requirements. The site requirement drawings shall include the concrete slab details, fencing and utilities and shall be provided in a format suitable for DMEA to have these items professionally installed under a separate contract. The site requirement drawings shall include required rebar, electrical requirements, and any other required utilities. The pad attachment points for the tank and other major equipment tie down points shall be engineered to meet Zone 3 seismic load requirements. The contractor shall have the drawings reviewed and stamped by a California Licensed Professional Engineer to verify the system is adequate for the intended purpose and installation in a Zone 3 seismic area Installation Schedule: Upon notice by the government technical representative that the pad is ready for system installation (approximately 60 - 75 days after contract award), the contractor shall within 30 days of notice, provide and install a fully functional and filled liquid N2 storage system and gaseous N2 delivery system that is ready for DMEA to connect to their building piping. System Ownership: The N2 system, up to the DMEA building interconnect point, shall be contractor owned equipment. N2 System: The contractor shall provide a N2 system consisting of Liquid N2 Tank. The contractor shall provide a 13,000 gallon capacity, fully insulated, vertical liquid N2 storage tank meeting ASME Section VIII Division 1, latest edition requirements. The ASME label shall be affixed to the tank and be visible for inspection by DMEA personnel. Additionally, the tank and attachments shall be engineered to meet Zone 3 seismic load requirements and certified by a State of California Licensed Professional Engineer to comply. All hazardous material labeling and emergency response labeling shall be provided by the contractor. Automatically Cycled Dual Heat Exchangers (Vaporizers) and Filter Systems: The contractor shall provide dual ambient air vaporizers and filter systems that are switched based on a timer schedule to prevent excessive ice build-up during cold, damp weather. The vaporizers, filters and controls shall be contractor owned. Remote Monitoring System: The contractor shall provide a remote monitoring system to allow their monitoring of the liquid N2 level, usage rates, and pressures, and to provide automatic alerts to the contractor when service is required. This will allow the contractor to provide for on-time product delivery and resupply according to DMEA usage rates without the need for DMEA personnel to call. The contractor shall ensure that adequate N2 supply is available at all times to meet DMEA demand. DMEA will provide a telephone line for the contractor's remote monitoring system's use if needed. Misc Equipment and Interconnection: The contractor shall provide all required piping, pressure regulators, filters, valves, filling station and other equipment necessary to provide a fully functional high purity N2 gas delivery system for connection to the DMEA owned building N2 piping system. All piping, valves and components shall be provided out of suitable materials so as to maintain the high purity of the N2 supplied by the system. The contractor shall design and provide an N2 header system that is a minimum 2" pipe size with at least four (4) each 1" taps with shutoff valves for interconnection to the DMEA facility piping. N2 System Pressure Monitoring: The contractor shall provide N2 pressure gauges for on-site visual verification of liquid N2 and gaseous N2 supplied pressure. Additionally, the contractor shall provides a 4-20 mA output N2 gas pressure sensor for connection by DMEA to its clean room Johnson Control MetaSys monitoring system. Liquid N2 Dewar Tank Filling Station: The contractor shall supply a filling station for DMEA's use to safely fill their government owned portable liquid N2 Dewar tank. The contractor shall provide DMEA instructions for using the filling station. N2 Purity: The delivered liquid N2 shall meet or exceed SEMI C59-1104 "Specifications and Guidelines for N2) Grade 4.8 (nominally 99.998% pure). The N2 gas produced shall meet or exceed SEMI C59-1104 Grade 4.8 (nominally 99.998% pure) at a regulated pressure of 105 psi delivered at the header. The contractor shall provide the DMEA Technical Point of contact a quality compliance certification for each load of liquid N2 delivered. Maintenance Support: The contractor shall maintain the complete N2 system up to and including the header to include all required maintenance, calibration, inspections and replacement. Maintenance/replacement/calibration/inspections shall be conducted so as not to interrupt DMEA's N2 delivery to the clean rooms and laboratories. N2 Product Supply: The contractor shall consistently maintain the DMEA liquid N2 inventory without interruption to DMEA's laboratory and clean room operations. The contractor shall deliver bulk liquid N2 to DMEA, 4234 54th Street, McClellan, CA 95652 based on tank remote leveling sensors or, in rare cases, after within 4 hours of notice received from a DMEA telephone call. All scheduling, trucking, filling, monitoring and quality assurance is the responsibility of the contractor. Emergency Response: The contractor shall provide 24 hour/7 day per week emergency response on issues regarding the installed N2 equipment as well as N2 inventory. The contractor shall designate trained personnel available to respond to DMEA emergency situations within 4 hours of notification from DMEA. Security Requirements: Contractor personnel shall be US Citizens as they will need to enter the DMEA secured area. Contractor personnel shall check in with the DMEA 24-hour security booth upon arrival to DMEA. Decommissioning: The contractor shall remove their equipment within 60 days upon written notice from the DMEA Contracting Officer. PROPOSAL SUBMISSION REQUIREMENTS: The contractor shall provide a layout drawing with their proposal showing the foundation pad size, tank, vaporizers, location of fencing, gates, fill point, portable tank filling station, tank supply header and other major equipment. The footprint of the area shall not exceed 26' (east-west) x 40' (north-south). Truck access to the N2 System shall be via the west side of the pad. N2 gas supply shall be from the east side of the pad. The contractor shall provide complete information on their liquid N2 manufacturing capabilities, manufacturing location, delivery capabilities, system design capabilities, remote monitoring capabilities, and manufacturing quality standards. The contractor shall provide cost data for the base year and 4options to include: The cost per standard cubic feet (FTS) of N2. The delivery cost per truckload including any hazardous material charges or other surcharges. State the average delivery volume per delivered truck load. Equipment installation (if not included in the facility costs), Facility costs (for equipment and on-going maintenance and support), Decommissioning costs. The contractor shall provide the appropriate portions of the contractor's State of California Hazardous Materials Plan that pertain to liquid N2 to include, but not limited to: the Business Activities Section, Business Owner/ Operator Identification Section, and Hazardous Materials Inventory forms. The contractor shall provide copies of their current California Hazardous Material License issued by the California Highway Patrol pursuant to California Vehicle Code, Division 14.1 - Transportation of Hazardous Materials. The contractor shall include references for at least two similar N2 gas system installations serving the semiconductor industry with customer point of contacts and phone numbers for each site. Each reference site shall have been supplied with N2 by the contractor within the last five years. SELECTION CRITERIA: The proposals will first be evaluated on a pass/fail basis on their ability to meet all PWS criteria. It is the government's intent to award on an all or none basis. Those acceptable proposals shall then be evaluated on cost. DMEA will calculate the total expected cost for the system including install, all delivery costs, facility and maintenance costs, delivered N2 costs and decommissioning costs over the total expected life of the contract (base year and option years). The acceptable proposal with the lowest overall cost will be selected. Award will be made to the lowest responsive, responsible offer submitted in response to this requirement. The following FAR clauses apply: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. DFARS clause 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items... DPAS Rating is S10. Offerors shall submit product brochures for all equipment proposed. For a complete copy of the requirement and picture of the installation area, forward an email to Lindsay Cox at cox@dmea.osd.mil Offers shall be received in DMEA by 4:00pm (local time) 25 June 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-09-R-0004/listing.html)
 
Place of Performance
Address: 4234 54th St, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN01816607-W 20090516/090514215500-42f245e2c3cd47d014017152c68812bd (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.