Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

43 -- Portable breathing air compressor

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FE252091830035
 
Archive Date
9/29/2009
 
Point of Contact
Daniel G Limoges, Phone: 3214949509
 
E-Mail Address
daniel.limoges@patrick.af.mil
(daniel.limoges@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - FE252091830035 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 and DFARs Change Notice (DCN) 20080812. NAICS is 333912 with a small business size standard of 500 employees. *This acquisition is a 100% small business set-aside. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6 - Brand Name or Equal. 45 CONS/LGCB, Patrick Air Force Base, FL, 32925 is seeking to purchase 3 PORTABLE DIESEL DIVERS BREATHING AIR COMPRESSOR FOR DIVING OPERATIONS Brand Name or Equal to the compressor manufactured and designed by BAUER. Minimum Salient Characteristic: The following specifications are required for this compressor: Specification for a high pressure compressor and purification system for breathing air applications. The compressor and purification system shall be manufactured by the same supplier. The system shall be designed for a maximum working pressure of 5,000 PSIG. All equipment shall be new and of current design and manufacture. Used or refurbished equipment is unacceptable. Must be on the Authorized for Navy Use (ANU) List. *Final Pressure Relief Valve will be set at the factory to relieve at 3300 psi*. The system shall be mounted on a lightweight, portable, tubular steel frame of welded construction. The frame shall be designed for both the static and dynamic loads of the system and of sufficient size to adequately accommodate all of the system's components. The arrangement of components on the frame shall permit unrestricted cooling air flow to the compressor and prime mover, and provide access for operation and maintenance. The compressor and prime mover shall be arranged in a horizontal design. All piping and tubing shall be properly supported and protected to prevent damage from vibration during shipment, operation, or maintenance. Piping and tubing shall be installed in a neat and orderly arrangement, adapting to the contours of the station. All instrument tubing shall be 300 series stainless steel. Warranty The system shall be warranted free from defects in material and workmanship for a period of eighteen months from date of shipment or twelve months from date of start-up, whichever expires first. The warranty shall not impose limitations on the system's accumulated operating hours during the warranty period. An intercooler shall be provided after each stage of compression and an aftercooler shall be provided after the final stage of compression. The coolers shall be individually detachable from the compressor, located directly in the cooling fan's blast. The aftercooler shall be designed to cool the discharge air to within 18°F of ambient temperature. All cooler assemblies shall be fabricated of stainless steel. A cool-down cycle shall not be required prior to stopping the compressor. A separator shall be supplied after each stage of compression, excluding the first stage, and a coalescing separator shall be supplied at the discharge of the compressor. The compressor shall be lubricated by a combination splash and pressure lubrication system. The final stage of compression shall be lubricated by a pressurized lubrication circuit. The other stages and the driving gear shall be splash lubricated. The compressor shall be lubricated by a low pressure lubrication system incorporating a gear driven low pressure oil pump, easily replaceable oil filtration element, and oil pressure regulator. A sight glass shall be provided to check the oil level. The oil drain for the compressor shall be piped to the outside of the frame. The compressor shall be equipped with an inlet filter with replaceable particulate elements. Performance Requirements. FAD SCFM Charging Rate SCFM HP RPM 7.0 8.4 6.0 1250 Based on standard inlet conditions. 2 Based on recharging an 80 cu ft cylinder from 500 to 3000 PSIG. Prime Mover Engine driven unit shall be supplied with a single-cylinder, 4-cycle, air-cooled diesel engine. Engine shall be of the pull-start variety. Power from the prime mover shall be transmitted to the compressor by a v-belt drive. The v-belt drive shall be suitably guarded. Rotation arrows shall be affixed in a conspicuous place on the compressor. Purification System The air purification system shall be of a single cartridge design and shall be capable of processing approximately 3200 cubic feet of air per cartridge. The high pressure cartridge chamber shall have a working pressure of 5000 PSIG. The design of the cartridge shall eliminate the possibility of operating the system without a purification cartridge installed or with an improperly installed cartridge. The purifier shall consist of a cartridge chamber, relief valve, manual drain valves and a pressure maintaining valve (PMV) all built into one housing. The pressure maintaining valve, set to open at 2000 PSIG, shall serve two functions. One function of the PMV, in conjunction with the check valve, shall be to maintain a positive pressure in the purification system when the compressor shuts down. This shall prevent inleakage of unprocessed air into the purification system which, in turn, shall assist in maintaining purification efficiency. The second function of the PMV shall be to provide a means to quickly build system pressure. The bleed valves shall facilitate venting the purification for cartridge maintenance. The purification system shall purify high pressure air to a quality that meets or exceeds the requirements of CGA Pamphlet G-7, Compressed Air for Human Respiration, ANSI/CGA G-7.1 Commodity Specification for Air, Grade E, and all other recognized standards for breathing air. Purification shall be achieved by mechanical separation of condensed oil and water droplets, adsorption of vaporous water by desiccant, adsorption of oil vapor and elimination of noxious odors by activated carbon and conversion of carbon monoxide to respirable levels of carbon dioxide by catalyst. Standard Features: - Safety relief valve for each stage of compression - Vibration Isolators - Inlet filter with replaceable particulate element - Flexible hose intake with pre-filter - Air outlet, ¼" NPTF swivel - 5 ft fill hose complete with fill pressure gauge, shut-off valve, bleed valve and fill adapter Testing and Preparation for Shipment The system shall be tested by the manufacturer prior to shipment. A copy of the manufacturer's test report shall accompany the system at shipment. A manufacturer's nameplate shall be securely affixed to the unit. The nameplate shall include, at a minimum, manufacturer's name, model number and serial number, compressor block number, system operating pressure, compressor operating speed, compressor capacity and charging rate, motor horsepower and date of manufacture. The system shall be suitably prepared for motor freight transport. The system shall be bolted to a wooden pallet, wrapped in sheet plastic, and fully protected by heavy cardboard reinforced with 1x4 wood framing. The compressor intake and similar openings shall be suitably covered. Component parts, loose parts or associated spare parts shall be packaged separately and shipped on the same pallet if feasible. Documentation A documentation package shall be supplied with the system. The documentation package shall include, at a minimum, an Operator's Instruction and Maintenance manual, recommended spare parts list, warranty information and a start-up/warranty registration form. The Operator's Instruction and Maintenance Manual for the system shall be as detailed as possible, outlining all operation and maintenance instructions. The manual shall include detailed illustrated drawings for the compressor block and all system components along with a complete parts listing for all illustrated components. Warnings and safety precautions shall be identified clearly in the manual. Accessories  Hourmeter  Heavy duty swivel casters (4) each with locking mechanism  Retractable carrying handles (4)  Purification system upgrade (from P0 to P31) Preferred Delivery: 30 Days After Receipt of Order. Place of delivery, performance, and acceptance is FOB Destination, Patrick AFB, FL 32925 The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities (Over 10K) 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the 45 Contracting Squadron, LGCB, 1201 Edward H. White II Street, Patrick AFB, FL 32925 (Attn: TSGT Daniel Limoges ), no later than Close of Business (COB) 14 Sep 2009 at 2 pm EST. Faxed transmissions of quotes are acceptable. Fax #: 321-494-2706 (please call and verify that I have received the fax) or e-mail daniel.limoges@patrick.af.mil Contracting Office Address: 1201 Edward H. White II Street Patrick AFB, FL 32925 United States Place of Performance: Patrick Air Force Base, FL 32925 United States Primary Point of Contact: TSgt Daniel Limoges Daniel.limoges@patrick.af.mil Phone: 321-494-9509
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FE252091830035/listing.html)
 
Place of Performance
Address: BLDG 822, Patrick AFB, Florida, 32935, United States
Zip Code: 32935
 
Record
SN01939789-W 20090905/090904001308-2fab90d9869906d467e0ba1bfbe46198 (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.