SOLICITATION NOTICE
68 -- Liquid Nitrogen Delivery, Storage, and High Purity Nitrogen Gas Conversion System - RFP H94003-13-R-0001
- Notice Date
- 1/16/2013
- 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, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- H94003-13-R-0001
- Point of Contact
- Edward I. Kurjanowicz, Phone: 9162311527
- E-Mail Address
-
edward.kurjanowicz@dmea.osd.mil
(edward.kurjanowicz@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- RFP Package, H94003-13-R-0001 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 Defense Microelectronics Activity (DMEA) Request for Proposal (RFP) announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS Code is 325120 with a size standard of 1000 employees. DMEA anticipates awarding a Firm Fixed Price (FFP) contract. The RFP reference number is H94003-13-R-0001. DPAS rating is DO-C9E. Offerors Proposals shall be valid for a minimum of 60 days. Offerors Quotes are due to the Defense Microelectronics Activity (DMEA) contracting office by 3:00pm (PST) on February 19, 2013 and will be electronically sent by email to Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. A site visit will be held at DMEA on January 31, 2013 at 10:00am (PST). Attendees must send an email to edward.kurjanowicz@dmea.osd.mil 24 hours prior to site visit providing name, name of firm, job title, phone number, citizenship status and address. Request for Proposal(RFP) Objective : The Defense Microelectronics Activity (DMEA) at McClellan, California operates microelectronics wafer fabrication clean rooms and other laboratory processes that require semiconductor grade, high purity nitrogen (N2) gas at 105 psi, as well as liquid N2 for laboratory use. The objective of this Request for Proposal (RFP) is to purchase continuous uninterrupted N2, the needed bulk liquid N2 delivery, on-site liquid N2 storage, on-site N2 gas production system, and on-going system support as needed to meet DMEA current operational needs and anticipated future growth. 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 their liquid N2 production and storage facility in the local McClellan, California region; own/lease and operate the liquid N2 delivery trucks; demonstrated ability for at least the last 5 years to deliver high purity bulk liquid N2 to semiconductor fabrication facilities; and demonstrated ability for at least the last five (5) years to design, provide and operate N2 liquid to gas delivery systems for semiconductor fabrication customers. DMEA Facility Usage Rates : usage rates range from approximately 71,000 gallons (6.6 million standard cubic feet (FTS)) of liquid N2 per month to 78,000 gallons (7.3 million FTS) of N2 per month with a peak N2 gas demand of approximately 132 gallons/hour (12,290 FTS/hour). DMEA's usage rate may vary based on operational demands. Overview of Requirements : the contractor shall design, provide and install a N2 system consisting of a liquid N2 storage tank, dual, triple or quad 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 any needed foundation, support structure, piping, fencing and utilities to support a new system installation. 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. To maintain gas quality, the N2 gas shall be contained in electro-polished 316L stainless steel piping, associated fittings, and equipment. 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. DMEA has reserved an area north of the existing N2 system for installation of a new system as necessary. There is also some space available to the south if needed to add vaporizers to the system. Engineering Drawings of New System/or System Modifications : 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. The site requirement drawings shall include required rebar, electrical requirements, and any other required utilities and estimate of the soils to be removed. (Note: DMEA will use this information to obtain an Encroachment Permit for the contractor to proceed with the necessary site work.) All site work shall be the responsibility of the contractor. The pad attachments points for the tank and other major equipment tie down points shall be engineered to meet California Building Code 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 the Sacramento seismic area in accordance with California Building Code. Upon DMEA approval of such contractor provided engineering drawings and within 90 days after contract award, the contractor shall have installed a fully functional and filled liquid N2 storage system and gaseous N2 delivery system. The N2 system, up to the DMEA building interconnect point, shall be contractor owned equipment. The interconnection point is the isolation valve that is immediately west of the Digi Trace Thermostat and south of the vaporizers. DMEA Facility Liquid N2 System Required : the contractor shall provide a N2 system consisting of: Liquid N2 Tank - the contractor shall provide a 13,000 gallon capacity or larger, fully insulated, vertical liquid N2 storage tank meeting ASME Section VIII Division 1, latest edition requirements. The tank color shall match the exterior color of the existing nitrogen tank. 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 Sacramento seismic load requirements and certified by a State of California Licensed Professional Engineer to comply with California Building Code. All hazardous material labeling and emergency response labeling shall be provided by the contractor. Automatically Cycled Dual/Triple or Quad 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 ice build-up during cold, damp weather. The contractor is responsible for sizing their vaporizers and fitting it with supplemental sprinklers/heaters to ensure that any ice accumulated during operation, melts during stand-by time and fins are not impacted by ice. The vaporizers, filters and controls shall be contractor owned and shall each be sized to handle an average flow rate of at least 120 gallons/hour (11,173 FTS/hour) of N2 gas. DMEA owns a pipe heater on the current system to ensure the pipe exterior temperature exceeds 55 degrees Fahrenheit (F) when entering the facility to prevent condensation into the clean room. The contractor shall modify this pipe heater equipment to maintain the 55 degrees F or greater pipe temperature if the current N2 system is replaced. 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. 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 (replaceable minimum 0.003 µ dual filters with differential pressure gauges and 2" input/output), 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 one 2" shutoff valve 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 written instructions for using the filling station. The filling station shall be located on the east side of the tank and shall cool and fill the 165 liter DMEA Dewar Tanks in less than 10 minutes in all weather and tank conditions. Lines shall be short and insulated to facilitate quick filling. The filling station construction material shall be stainless steel. DMEA Facility Liquid N2 Purity and Delivery Required : 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. Additionally the contractor shall perform an annual delivered gas quality analysis (at the output of the system N2 gas header) and provide the analysis report to the DMEA Technical Point of Contact showing that the gas meets the SEMI standard. The first quality analysis shall be performed within 30 days after the nitrogen system becomes fully functional and annually thereafter. Maintenance Support: The contractor shall maintain the complete N2 system up to and including the header to include all required maintenance, filters, 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. 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. In emergency situations, the contractor shall have trained personnel on site within 2 hours after 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. Offerors Proposal Requirements : Offerors will 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. Offerors will provide complete information on their liquid N2 manufacturing capabilities, manufacturing location, delivery capabilities, system design capabilities, remote monitoring capabilities, and manufacturing quality standards. To this combined synopsis/solicitation announcement, the attached RFP, Performance Work Statement (PWS), and other attachments, Offerors will provide price data for the base year and two option years to include: the cost per one (1) gallon 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. Offerors will provide to DMEA 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. Offerors will provide a copy of each driver's current California Hazardous Material License issued by the California Highway Patrol pursuant to California Vehicle Code, Division 14.1 - Transportation of Hazardous Materials. Offerors will include references for at least two similar N2 gas system installations serving the semiconductor industry with customer point of contacts and telephone numbers for each site. Each reference site shall have been supplied with N2 by the contractor for the last five years. In accordance with FAR Subpart 19.7, Large Business proposals submitted in response to this solicitation will include a subcontracting plan, that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. If the offeror is submitting an individual contract plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns with a separate part for the basic contract and separate parts for each option (if any). The plan shall be included in and made a part of the resultant contract. The subcontracting plan shall be negotiated before the proposal due date as indicated above. Failure to submit and negotiate a subcontracting plan shall make the offeror ineligible for award of a contract. All proposal requirements can be found in this combined synopsis/solicitation announcement, the attached Request for Proposal (RFP), Performance Work Statement (PWS), Proposal Requirements, and other attachments. Award Criteria : Offerors proposals will first be evaluated on a pass/fail basis on their ability to meet the Performance Work Statement (PWS) criteria. Those acceptable proposals will then be evaluated on price. DMEA will calculate the total expected price 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 price will be selected. This RFP solicitation and incorporated provisions and clauses are those in effect and current to FAR Federal Acquisition Circular (Fac) 2005-62 and DFARS DPN 20121231. The following FAR and DFARS Clauses apply: 52.204-99 (Dev) System for Award Management Registration (Deviation); 52.211-11 Liquidated Damages - Supplies, Services, or Research and Development; 52.211-16 Variation in Quantity; 52.211-17 Delivery of Excess Quantities; 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.215-5 Facsimile Proposals; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-20 Walsh-Healey Public Contracts Act; 52.223-3 Hazardous Material Identification And Material Safety Data; 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation); 52.237-1 Site Visit; 52.223-4; Recovered Material Certification; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.253-1 Computer Generated Forms; 252.201-7000 Contracting Officer's Representative; 252.204-0001 Line Item Specific: Single Funding; 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation); 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and other clauses as required in the performance of a government purchase order for commercial items/services; and 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments. In accordance with FAR Subpart 19.7, Small Business Subcontracting Plans will be required. Offerors Proposals are due to the Defense Microelectronics Activity (DMEA) contracting office by 3:00pm (PST) on February 19, 2013 and will be electronically sent by email to Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. Questions regarding this solicitation should be emailed to the contracting POC, Ed Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. DMEA greatly appreciates your interest in this RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-13-R-0001/listing.html)
- Place of Performance
- Address: 4234 54th Street, McClellan, California, 95652, United States
- Zip Code: 95652
- Zip Code: 95652
- Record
- SN02966382-W 20130118/130116233950-5eeb3f93669a9366bf4346495223a661 (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 |