Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2021 SAM #7002
SOLICITATION NOTICE

43 -- Lower Monumental Dam Compressed Air System Upgrade

Notice Date
1/28/2021 5:08:27 PM
 
Notice Type
Presolicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Walla Walla Walla Walla WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21Q0042
 
Response Due
2/23/2021 11:00:00 AM
 
Archive Date
03/10/2021
 
Point of Contact
Alan Inglis, Phone: 5095277217
 
E-Mail Address
alan.n.inglis@usace.army.mil
(alan.n.inglis@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the purchase of Compressed Air System Upgrade, commercial supplies, prepared in accordance with Federal Acquisition Regulation 12.6. The NAICS code applicable to this acquisition is 333912, with a Small Business Size Standard of 1000 employees as determined by 13 CFR 121.104. Competition for this requirement is Set-Aside for small business. Offers received from other than small business offerors will not be considered. When available, the solicitation documents for this project W912EF21Q0042 will be provided via Beta.SAM https://www.beta.sam.gov on or around 2 February 2021. Please do not submit a quote without the solicitation package that will be provided to industry by the Government as specified above. The solicitation will be a Request for Quote (RFQ). The official quotation due date will be contained in the solicitation and any solicitation amendments that may be issued. SCOPE OF WORK The following specifications pertain to the purchase of the equipment and supplies required to upgrade the station service compressed air system for Lower Monumental Lock and Dam. This system includes the air compressors along with appurtenant piping and electrical components. The successful bidder shall be required to furnish all of the equipment and supplies specified below. The equipment shall meet the requirements specified below. The quantities shall be as specified or as indicated on the attached bill or materials. The successful bidder shall provide one day on site start-up service by a qualified technician and all other items as stated within this Technical Specifications document. COMPRESSED AIR EQUIPMENT REQUIREMENTS AIR COMPRESSOR (X2) The compressors shall meet the following specifications: Sullair Model ST45009 Operating Pressure: 115 PSIG, 130 PSIG max. Operating Flow Rate: 278 ACFM at 115 PSIG Power Supply: 460 VAC 3 phase Motor Rating: 60 HP Rotary Screw type compressor Filter: Canister, 3-5 micron WS Controller microprocessor controller with sequencing NEMA 12 controls and NEMA 12 full voltage starter Water cooled oil cooler and air aftercooler, moisture separator with electric auto drain Rated for continuous duty REFRIGERATED COMPRESSED AIR DRYER (X1) The refrigerated compressed air dryer shall meet the following specifications: Operating Pressure: 115 PSIG, 130 PSIG max. Operating Flow Rate: 600 ACFM at 115 PSIG Water cooled oil cooler and air aftercooler, moisture separator with electric auto drain Power Supply: 460 VAC 3 phase Compatible with Sullair ST45009 air compressor AIR RECEIVER (X3) The air receivers shall meet the following specifications: Operating Pressure: 115 PSIG, 130 PSIG max. Capacity; 660 gallons Orientation: Vertical Must be rated to according to the ASME BPVC Drain for condensate Inspection port ELECTRICAL EQUIPMENT REQUIREMENTS �BREAKER (X1) The electrical breaker shall meet the following specifications: Meet standards of IEC 60947-2 Rated Minimum Operating Voltage: 690 VAC 3 phase/4 poles 60 hz Minimum Rated Insulation Voltage: 1000 VAC 50/60 Hz conforming to IEC 60947-2 800 amp frame Minimum Rated Short-Circuit Capacity: 42kA lcu at 690 VAC conforming to IEC 60947-2 Must come with compatible digital trip unit with adjustable settings for short time short-circuit protection, instantaneous shot-circuit protection, and long time overload protection. Digital trip unit must be mountable to breaker and accessible when breaker is installed into switchgear Must be compatible to be installed into Square D Power-Zone 4 Metal-Enclosed Switchgear. Documentation from the manufacturer of the installation method is required. COMBINATION MOTOR STARTER DISCONNECT (X1) The combination motor starter disconnect shall meet the following specifications: Compatible with supplied compressed air dryer Rated Minimum Operating Voltage: 480 VAC Minimum Rated Ampacity: 50 amps Complete assembly of disconnecting and protective devices in accordance with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6 Provide metal enclosure in accordance with NEMA 250 Thermal-magnetic breakers A set of fuses and spares properly sized The complete assembly will have independent functionality to perform disconnecting and motor starting operations using the following devices: Control-power transformers with a 120 VAC maximum Selector switches Pushbuttons Pilot lights ELECTRIC PANELBOARD (X1) The electrical panelboard shall meet the following specifications: Rated Minimum Operating Voltage: 277/480 VAC three-phase 60 hertz four wire Totally enclosed power-distribution panelboard in a steel cabinet with an outer door or cover hinged on one side Dead-front circuit breaker type with copper buses. Conform with NEMA PB 1 and UL 489 Rated Minimum Breaker Ampacity of Main Breaker: 300 amps Minimum of two 200 amp breakers and one 50 amp breaker Provide panelboard with a point of location where grounding bus can be bonded to the enclosure Panelboard as a complete unit will have a short-circuit current rating equal to or greater 10000 amps EQUIPMENT GROUNDING CONDUCTOR (230 FEET) The equipment grounding conductor shall meet the following specifications: Size: #8 AWG Length: 230 ft. Insulation: 600V, Green, THHN or TW Operating Voltage: 480V Important Note: the Beta.SAM response date listed elsewhere in this synopsis is for Beta.SAM archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due.� NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Beta.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors button in the listing for this solicitation on Beta.SAM.gov. All quotes received by the closing date that are small businesses will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.beta.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/678efc53ff5b46419342a5e4a447cd02/view)
 
Place of Performance
Address: Kahlotus, WA 99335, USA
Zip Code: 99335
Country: USA
 
Record
SN05902743-F 20210130/210128230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.