MODIFICATION
43 -- Stationary Commercial Duty Nitrox Generator LP and HP Compressor
- Notice Date
- 6/6/2014
- Notice Type
- Modification/Amendment
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- PR-0009437
- Archive Date
- 6/26/2014
- Point of Contact
- Jerry Varnell, Phone: (703) 632-7500
- E-Mail Address
-
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0009437 and is being conducted as a 100% small business set-aside. The NAICS Code for this requirement is 333912 - Air and Gas Compressor Manufacturing; the size standard is 500 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-74. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. The FBI requires a stationary commercial duty Nitrox generating LP and HP compressor for use by the FBI Underwater Search and Evidence Response Team. A basic need for all FBI teams is the ability to fill tanks with compressed air for use in underwater operations. This is a requirement for the FBI to accomplish the mission that supports forensic divers who are trained to conduct underwater evidence recovery operations. The FBI requires the following items to the following: Line 0001, Stationary Commercial Duty Nitrox Generator LP and HP Compressor, 1, EA. Technical Requirements/Specifications: • A compressor capable of producing compressed air at 5000 psi to a minimum of 13 cubic feet per minute; o Must have UL listed electric panel; o Must have Air purification system; o Must have CO/Moisture indicator; o Must have Automatic condensate drain with muffler reservoir; o Must have Instrumentation/controls for high air temperature, low oil pressure in addition to basic start/stop and emergency stop; o Must have Gauge panel displaying compressor run time hours, high air temperature warnings, low oil pressure warnings, high air pressure warning, final stage pressure; • A compressor capable of producing Nitrox to 40% O2 content at a minimum of 10 cubic feet per minute, to 36% O2 content at a minimum of 12 cubic feet per minute, to 32% O2 content to a minimum of 17 cubic feet per minute; o Must have On board O2 analyzer with flow meters; o Must have Refrigerated Air dryer; o Must utilize food grade lubricants; o Must have LP filtration; o Must be designed for water and oil Vapor filtration to.01 microns; o Must be designed for particle filtration to 1 micron; o Must have Oil vapor removal system to.003ppm; o Membrane system must be rated to 10 cubic feet per minute of 40% O2; o Must have HP-LP Regulator with flow meter; • A SCUBA containment and fill station; o Must have latching door and safety interlock; o Must be capable of holding 120 cubic foot, 3500 psi scuba cylinders; o Must have Two fill whips with isolation valves, bleed valves, fill adapters and regulator with push action valve; o Must have Fill panels for Nitrox filling including inlet and outlet gauges, cascade controls for Air with to and from valves, cascade control for Nitrox with to and from valves; • Air and Nitrox Storage Bank System; o Must contain at a minimum of four (4) air ISO/UN storage cylinders, each with a minimum capacity of 444 cubic feet of air stored at 4500 psig; o Must contain at a minimum of two (2) Nitrox ISO/UN storage cylinders, each with a minimum capacity of 444 cubic feet of air stored at 4500 psig; o Must include all fittings, piping and hardware necessary to operate as a cascade system; o Must come with 10 year hydro inspection on tanks; • Must include in price, unit shipped to ; FBI Miami USERT, 2030 SW 145 Avenue, Miramar, FL 33027; • Must include in price, Installation and Training. FOB Destination: FBI Miami USERT, 2030 SW 145 Avenue, Miramar, FL 33027. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2013) (Please note: all Offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) at https://www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2014), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Wednesday, June 11, 2014, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0009437. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. Vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0009437/listing.html)
- Place of Performance
- Address: FBI Miami USERT, 2030 SW 145 Avenue, Miramar, Florida, 33027, United States
- Zip Code: 33027
- Zip Code: 33027
- Record
- SN03387978-W 20140608/140606234443-922614069611bd54d123df044fb8e71d (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 |