Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2014 FBO #4486
SOLICITATION NOTICE

43 -- Nuvair Electric Compressors and Spare Parts Kits

Notice Date
3/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-NUVAIRCOMPRESSOR
 
Response Due
3/12/2014
 
Archive Date
5/4/2014
 
Point of Contact
Brian Mazen, 4104363955
 
E-Mail Address
ACC-APG - Edgewood
(brian.e.mazen.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This combined synopsis/solicitation W911SR-NUVAIRCOMPRESSOR is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-71. The Government intends to award a single award, Firm Fixed Price Contract for the Nuvair Electric Compressor P/N BAFC22E-DH & Nuvair Spare Parts Kit described below. The solicitation is limited to the Nuvair Electric Compressor & Spare Parts Kits identified below under the authority of FAR 6.302-1. Any offeror proposing other than the brand name items identified below will not be considered for award. Offerors are required to provide a copy of their representation and certifications as required by FAR clause 52.212-3. This combined synopsis/solicitation is issued as a 100% Small Business Set Aside. The NAICS code for this solicitation is 333912 and the size standard is 500 employees. This solicitation is limited to those offerors proposing to supply the Nuvair items identified below, with appropriate modifications if necessary. DESCRIPTION OF ITEMS/STATEMENT OF WORK Contract Line Item Numbers (CLINs): CLIN 0001: Electric Compressors; Quantity 1 each -Contractor shall deliver one (1) Nuvair Coltri Open Horizontal Compressor w/ Electric Motor, rated for continuous duty outdoor use 0 F to 120 F, CGA Grade E 90,000 cuft Coltri/Nuvair #6069 Filtration, & Custom aluminum frame. Part Number BAFC22E-DH The compressor must meet the following specification requirements: *All repair parts and maintenance items for compressor block, cooling, ACD, purification, safety valves, controls and indicators will be identical for both the BAFC22D-DH diesel and these proposed electric driven units. *Aerotecnica Coltri SC000299 aluminum 4 cylinder, 4 stage compressor block, air cooled, oil lubricated, with block heater. *Hard anodized 4th stage piston w/ 7 cast iron rings *6 meter Extra long Stainless steel Interstage cooling tubes for increased moisture condensation *Large stainless steel condensate separator housings *Forced lubrication low pressure gear driven oil pump w/ filter *Big oil sump 4.5 quarts *Filter and oil level sight gauge *Working pressure of up to 5000psi *Charge rate 26.4 SCFM *Automatic condensate drains (ACD) *Manual purge test for ACD *Low oil shutdown *High temperature shutdown *Auto pressure shutdown *Dial-A-Pressure switch, adjustable output 0-5,000 psi, integrated discharge pressure controls to automatically shut down and prevent over-pressurization of DH-HPBACS storage system or SCBA cylinders during filling operations. *Open configuration for easy access and cool running *NEMA 4X Operation Panel *Soft start (star/delta) electric switchboard *Phase controller that prohibits reverse rotation *Pressure free start and stop *Three tower Coltri/Nuvair #6069 filtration CGA Grade-E, NFPA 1500, DIN-3188,EN12021 - 90,000 cuft *HEPA Intake Filter holder and filter installed *Air Systems CO monitoring system, Part#CO91HCOSSY, audible and visual alarm, high CO shutdown and wiring package installed w/ matching connectors for integration with the DH-HPBACS central CO monitoring system. *Electrochemical sensors, calibration kits and consumable calibration gases shall be manufacturer specific and not require additional stock of similar items to be inventoried in support of these monitors exclusively. *Control panel to include; o Hour meter o Visual CO & moisture indicator o Compressor ON/OFF o Emergency stop o Interstage pressure gauges o Oil lubricant pressure gauge o Dial-A-Pressure swithch *6061 Aluminum frame, fork liftable from base and with certified lifting eyes, (qty 4), at each top corner *Mounting and footprint to utilize the same hardware as the BAFC22D-DH compressors and fit to the compressor mounting frame currently installed in the DH-HPBACS units without modification to existing hardware (current compressors in the DH-HPBACS are the diesel-powered BAFC22D-DH from Air Systems International) (see attached rendering of the existing frame) *20hp TEFC electric motor o 15Kw, 480V, 3PH, 60Hz, 27amp, soft start electric o Operating temperature - 0 F -120 F o Rated for outdoor use *General arrangement o Cooling air flow shall not blow hot air into the DH-HPBACS compressor compartment, and likewise the cooling air fan shall not draw outdoor elements such as windblown dust, or any form of precipitation and direct them into the interior of the compressor and the compressor compartment of the DH-HPBACS system. o All controls and indicators will be easily visible and accessible to operators when installed in the DH-HPBACS from the interior of the compressor compartment. o Purification towers will be situated so as to facilitate maintenance and replacement from the cargo doors of the DH-HPBACS system. o Air intake shall be situated so as to facilitate connection to the HEPA filtered intake snorkel on the DH-HPBACS systems without the need for adapters or extensions, (Like the BAFC22D-DH). o The compressor's air output to the DH-HPBACS main air control and distribution panel via the bulkhead connect hose shall be made without the need for adapters or extensions, (Like the BAFC22D-DH). CLIN 0002: Spare Parts Kit; Quantity 1 each -Contractor shall deliver one (1) spare parts kits. Service/maintenance parts and consumables for the compressor block, purification towers, ACD drain systems and all associated output controls, instruments and valving shall be interchangeable with the currently used diesel driven units, (BAFC22D-DH), and shall not require additional stock of similar items to be inventoried in support of these compressors exclusively. Each spare parts kit must contain the following specification requirements: Air End Compressor Oil, 5 Gal (B1260800) - Qty 1 Air End Oil Filter (FO-220030-PP) - Qty 3 HEPA Filters (F-HE30P200) - Qty 3 Drying Filters (X65677) - Qty 4 Breathing Air Filters (X65247) - Qty 3 OPTION CLIN 0003: Electric Compressors; Quantity 6 each -Contractor shall deliver six (6) Nuvair Coltri Open Horizontal Compressor w/ Electric Motor, rated for continuous duty outdoor use 0 F to 120 F, CGA Grade E 90,000 cuft Coltri/Nuvair #6069 Filtration, & Custom aluminum frame. The compressor must meet the exact requirements as stated in CLIN 0001. OPTION CLIN 0004: Spare Parts Kit; Quantity 6 each -Contractor shall deliver six (6) spare parts kits. Service/maintenance parts and consumables for the compressor block, purification towers, ACD drain systems and all associated output controls, instruments and valving shall be interchangeable with the currently used diesel driven units, (BAFC22D-DH), and shall not require additional stock of similar items to be inventoried in support of these compressors exclusively. Each spare parts kit must contain the exact specifications as stated in CLIN 0002. Shipping/Packaging: Contractor shall utilize standard commercial packaging. FOB is Destination to: U.S. Army RDECOM RDCB-DEE 4301 Otto Rd. APG, MD 21010 ATTN: Jason Adamek Inspection/Acceptance: Inspection and Acceptance will be at Destination and is limited to kind, count, and condition. Delivery Schedule: All items shall be delivered 6 weeks after contract award. Option Quantities shall be delivered 6 weeks after contract option has been exercised. CLAUSES 52.203-3 Gratuities 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 (the following clauses within this clause apply: 52.203-6 w/ Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33) 52.232-39 Unenforceability of Unauthorized Obligations 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignee's premises 52.252-2 Clauses Incorporated by Reference 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/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 252.203-7000 Requirements relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions (clause fill-ins to be provided on award) 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea PROVISIONS 52.504-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.217-5 -- Evaluation of Options 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 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/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.225-7000 Buy American - Balance of Payments Program Certificate The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. Any offeror proposing other than the Nuvair items identified above will be considered unacceptable and will not be considered for award. Award will be made to the small business offeror whose proposal provides all of the items identified above that are capable of meeting all solicitation requirements and represents the lowest total evaluated price. The total evaluated price will be based on adding the total price for the base requirement (CLIN 0001 & CLIN 0002) to the total price for the option (CLIN 0003 & CLIN 0004). The Government anticipates utilizing price analysis in determining the proposed prices fair and reasonable. The Government reserves the right to request other than cost and pricing data and conduct cost analysis should it be needed to determine the proposed price fair and reasonable. All proposals shall be sent via e-mail to Brian Mazen, brian.e.mazen.civ@mail.mil by 2:00 P.M. EST on 12 March 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01425a4cba77412febfafa7c3c182306)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03302630-W 20140307/140305234536-01425a4cba77412febfafa7c3c182306 (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.