|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1996 PSA#1529Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air
Force Base Ca 95652-1060 N -- NEW SAND AIR CONVEYING SYSTEM SOL F04699-96-R-0084 DUE 022196 POC
For copy, contact the info office indicated., For additional
information contact Courts.K5c/Pkocd/916-643-3374 Sacramento Air
Logistics Center is procuring a pneumatic sand conveying system to
service the core making and green sand mixing systems in the new
Casting Emissions Reduction Program (CERP) Pilot Metal Casting
Facility. It is the intent of the Government to purchase a commercially
available Pneumatic Sand Conveying System without the need for new
development; therefore the contractor shall demonstrate that they have
both manufactured and sold pneumatic sand conveying systems for a
minimum of ten years. Proof of required qualifications shall be
included in the solicitation response. This system will be used to
convey sand from the truck unloading system and bulk sand silos to both
the core room and green sand mixing system. The air conveyor will
convey the sand through a manually operated hose switch located at
ground level to either four adjacent sand storage silos or to the
in-plant delivery line. The in-plant delivery line will divert sand
with an automatic two-way diverter switch to either the core room or
the green sand mixing system two compartment receiving bins. A 90
degree automatic diverter switch located above the bins will divert
sand to either the new sand or reclaimed sand compartments. General
design parameters are: Dense phase type system; 500 Lbs nominal batch
weight; minimum 5 cu. ft. transporter capacity; 20 cycles per minute
minimum; 400 Ft maximum conveying distance; 3'' conveying line size.
The system will include at a minimum the following: a pneumatic
transporter, 15 degree sand diverter switch and 90 degree sand
diverters, 90 degree Nihard Superslick elbows, Dyna-check booster
fittings, Drexelbrook level controls, an air control module and
electrical control panel with Allen Bradley Series 5 Programmable Logic
Control pre-wired for 120 volt single phase, 60 hertz power source.
Motors shall be continuous duty 460 volt, 3 phase, 60 cycle. The
equipment shall comply with 29 Code of Federal Regulations 1910(OSHA).
Electrical devices shall comply with NFPA 70-1993 and NFPA 79-1994 The
system will also comply with ANSIZ 241.1. The contractor shall inform
the government in their solicitation response of any standard(s) update
that the contractor becomes aware of that will impact these
specifications. Written procedures will be used for this solicitation.
Potential offerors should use established channels to request
information, pose questions and voice concerns before resorting to
using the Ombudsman services. Potential offerors are invited to contact
Allen Taylor at (916) 643-5070, with serious concerns only. (Do not
call this number to request copies of solicitations.) Routing
communication concerning this acquisition should be directed to the
buyer listed elsewhere in this synopsis. When requested, the Ombudsman
will maintain strict confidentiality as to the source of the concern.
All responsible sources may submit a proposal/quotation which shall be
considered by the agency. When requesting a copy of the solicitation,
provide information as to whether your organization (together with its
affiliates) is a large business, small business or whether it is a
small disadvantaged business. All interested parties are urged to
provide their CAGE code and DUNS/CAGE code with their written or fax
request for solicitation documents. Requests must be written. Verbal
requests will not be honored. All requests must state that the vendor
is not currently on the Consolidated List of Debarred, Suspended and
Ineligible Contractors or other wise ineligible to receive Government
contracts. FAX number is 916-643-4157 or 916-643-1346. The approximate
issue/response date will be 12 Feb 96. The anticipated award date will
be 23 Feb 96. Written procedure will be used for this solicitation. No
telephone requests. Only written or faxed requests received directly
from the requestor are acceptable. All responsible sources solicited
may submit a bid, proposal, or quotation which shall be considered.
Specifications, plans, or drawings relating to the procurement
described are incomplete or not available and cannot be furnished by
the Government. An Ombudsman has been appointed to hear concerns from
offerors or potential offerors during the proposal development phase of
this acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, but to
communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate Government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call the Ombudsman, Allen Taylor at
916-643-5209 if your concerns are not satisfied by the contracting
officer. (Do not call this number to request copies of solicitations.)
(0039) Loren Data Corp. http://www.ld.com (SYN# 0035 19960209\N-0001.SOL)
N - Installation of Equipment Index Page
|
|