Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
MODIFICATION

36 -- AIR COMPRESSORS, N2 COMPRESSOR, AND MIXING SYSTEM

Notice Date
5/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
ACC-APG SCRT - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX11T0091
 
Response Due
6/3/2011
 
Archive Date
8/2/2011
 
Point of Contact
Phillip J. Amador, 575-678-3523
 
E-Mail Address
ACC-APG SCRT - Adelphi
(phillip.j.amador@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO INCLUDE THE TANK SIZES AND EXTEND THE RESPONSE TIME AS FOLLOWS: (i) This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-11-T-0091. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 (iv) This acquisition is set-aside for small business (SB). The associated NAICS code is 325120 The small business size standard is 1000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Low-Pressure Air Compressor with Refrigerated Dryer System to include shipping, FOB Destination, QTY one (1) EACH CLIN 0002, Onsite N2 Generation System to include shipping, FOB Destination, QTY one (1) EACH CLIN 0003, High-Pressure Compressor System to include shipping, FOB Destination, QTY one (1) EACH CLIN 0004, Mixing System for Air and N2 to include shipping, FOB Destination, QTY one (1) EACH (vi) Description of requirements: IT IS DETERMINED THAT MULTIPLE AWARDS MAY BE MADE AS A RESULT OF THIS SOLICITATION. INDIVIDUAL AWARDS WILL BE FOR THE ITEMS OR COMBINATIONS OF ITEMS THAT RESULT IN THE LOWEST AGGREGATE COST TO THE GOVERNMENT, INCLUDING THE ASSUMED ADMINISTRATIVE COSTS. CONTRACTORS MAY SUBMIT OFFERS ON ANY OR ALL OF THE FOLLOWING FOUR (4) CONTRACT LINE ITEMS (CLINs). 1.1. The government requires one (1) each of the following: CLIN 0001 - One (1) low-pressure air compressor with refrigerated dryer system in accordance with 2.2; CLIN 0002 - One (1) onsite N2 generation system in accordance with 2.3; CLIN 0003 - One (1) high-pressure compressor system in accordance with 2.4; CLIN 0004 - One (1) mixing system for air and N2 in accordance with 2.5. 1.2. The government will install the equipment and provide and install all tubing/piping and electrical wiring. 1.3. The contractor shall provide start-up and commissioning of the equipment after the installation is completed. 2.1. The following Salient Characteristics describe the requirements for the equipment: Figure 1: Schematic of the laboratory equipment. 2.2. LOW-PRESSURE AIR COMPRESSOR WITH REFRIGERATED DRYER SYSTEM: A complete low-pressure air compressor/dryer system, including a low-pressure air compressor (up to 125 psig), tank size 400 gal, a refrigerant dryer, filters, a storage tank (sized for the required maximum flowrate) with gauge, safety valve and drain, condensate oil and water separator, and outdoor package for weather and rain/snow protection. Remote on/off, remote E-Stop, and monitoring included for a remote control and monitoring from the control room. The required specification and signals are detailed in Tables 1 and 2. Table 1: Required specification of a low-pressure air compressor and dryer system. Table 2: Required signals for remote control and monitoring of a low-pressure air compressor and dryer system. DescriptionMeasurementSignal TypeSignal Remote Power ON/OFFOpen/close contactRelay Remote E-STOPOpen/close contactRelay Delivery air pressurePressureAI4-20 mA Delivery air temperatureTemperatureTCTC Delivery air dewpoint or relative humidityDewpoint temperature or relative humidityAI4-20 mA Compressor run hoursCompressor run hours Compressor loaded hoursCompressor loaded hours Compressor monitoring signalsCompressor monitoring signals Dryer monitoring signals Dryer monitoring signals 2.3. ONSITE NITROGEN (N2) GENERATION SYSTEM: Onsite N2 generator (minimum purity: 99%), tanks size 2200 gal, automatic operation with pressure switch, filters, pressure regulator(s), operation hour meter, N2 storage tank pressure display, filter replacement reminder, a N2 storage tank (sized for the required maximum flowrate) with valves, gauges, and pressure regulator, oxygen (O2) sensor (must be accurate for a temperature range of 0 F to 104 F) to monitor O2 concentration in the storage tank, and outdoor package for weather and rain/snow protection. Remote on/off, E-Stop, O2 concentration monitoring and filter reminder for a remote control and monitoring from the control room. Include annual filter maintenance (at least 1st year). The required specification and signals are detailed in Tables 3 and 4. Table 3: Required specification of an onsite N2 generation system. Table 4: Required signals for remote control and monitoring of an onsite N2 generation system. DescriptionMeasurementSignal TypeSignal Remote Power ON/OFFOpen/close contactRelay Remote ON/OFF (operation)Open/close contactRelay O2 concentration in the N2 tankO2 %AI0-10 VDC Pressure in the N2 tankPressureAI0-10 VDC Filter reminderFilter replacement reminder 2.4. HIGH-PRESSURE COMPRESSOR SYSTEM: High-pressure air compressor (output pressure: 2500 psig, maximum outlet flowrate: 80 SCFM), tank size 12 gal, automated condensate collection system, filters, a buffer tank with gauges (1 manual and 1 pressure transmitter), a high pressure receiver package (sized for the required maximum flowrate) with gauges (1 manual and 1 pressure transmitter), safety valve and drain, condensate oil and water separator, high-pressure filteration package, and outdoor package for weather and rain/snow protection. Remote on/off, E-Stop, and monitoring included for a remote control and monitoring from the control room. The required specification and signals are detailed in Tables 5 and 6. Table 5: Required specification of a high-pressure compressor system. Table 6: Required signals for remote control and monitoring of a high-pressure compressor system. DescriptionMeasurementSignal TypeSignal Remote Power ON/OFFON/OFF switchopen/close contact Remote E-STOPRemote E-STOPopen/close contact Motor running indicationMotor stoppedN/O contact Motor running indicationMotor runningN/C contact Run permissive input variableClose to startN/O contact Collective faults signal Open for faultsN/C contact Buffer tank pressureInlet PressureAI4-20 mA High-pressure receiver tank pressureOutlet PressureAI4-20 mA 2.5. MIXING SYSTEM FOR AIR AND N2: Controls the amount of air and N2 as detailed in Table 7. The required specification of the mixing system as detailed in Table 8. The maximum outlet flowrate is 80 SCFM. The outlet pressure may vary slightly depending on products. The mixing system has an O2 sensor to measure O2 concentration in the tank (accurate for a temperature range of 0 F to 104 F). Made for weather and rain/snow protection for an outdoor operation. Remote on/off, O2 concentration in the tank, and monitoring included for a remote control and monitoring from the control room. The required signals are listed in Table 9. Table 7: N2-air composition ratios. Table 8: Required specification of an air and N2 mixing system. Table 9: Required signals for remote control and monitoring of an air-N2 mixing system. DescriptionMeasurementSignal TypeSignal Remote Power ON/OFFON/OFF switchopen/close contactRelay O2 concentration in mixer tankO2% actual valueAI4-20 mA O2 concentration in mixer tankO2% setpointManual or AI4-20 mA O2 range identification: 0-1%/0-25%O2 range identificationAI0-10 VDC O2 concentration HI alarmO2%>setpointopen/close contactRelay O2 concentration LO alarmO2%<setpointopen/close contactRelay Sensor fail alarmO2 sensor failopen/close contactRelay (vii) Delivery is required by 15 Sept. 2011. Delivery shall be made to U.S. Army Research Laboratory, Shipping & Receiving, Aberdeen Proving Grounds, MD 21005. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government may elect to award a single contract or award more than one contract for the equipment required this solicitation. The Government will award a contract(s) resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ____3____ records of sales from the previous __24__ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. 52.214-22 -- Evaluation of Bids for Multiple Awards. (Mar 1990) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 Gratuities, 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government, 52.203-13 Contractor Code of Business Ethics and Conduct, 52.204-7 Central Contractor Registration, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 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, 52.222-35 Equal Opportunity for Special Disabled 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 of the Vietnam Era, and Other Eligible Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252.211-7003 Item Identification and Valuation Alternate I, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Buy American Act-Free Trade Agreements--Balance of Payments Program, 252.227-7015 Technical Data - Commercial Items, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for Equitable Adjustment 2005, 252.247-7022 Representation of Extent of Transportation by Sea, 252.247-7023 Transportation of Supplies by Sea. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4407 Type of Contract; 52.004-4409 ACC-APG Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions; 52.046-4400 Government Inspection and Acceptance; ARL-40- AMC Level Protest Program; ARL-41- U.S Army RDECOM Contracting Center Website. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xv) The following notes apply to this announcement: All questions are due on 01 June 2011, by 12:00 PM EST, via email to phillip.j.amador@us.army.mil (xvi) Offers are due on 03 June 2011, by 12:00 PM EST, via email to phillip.j.amador@us.army.mil (xvii) For information regarding this solicitation, please contact Phillip J. Amador, 575-678-3523, phillip.j.amador@arl.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48f7c77b2f7e0c0e3da5ba1b4831294e)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 21005-5001
 
Record
SN02455322-W 20110526/110524234419-48f7c77b2f7e0c0e3da5ba1b4831294e (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.