Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1997 PSA#1783

Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300

38 -- DUST COLLECTORS SOL N00604-97-R-0012 DUE 030697 POC Sandra Nagayama, Contract Specialist, (808)474-2397, ext.223; CDR D.J. Graff, Contracting Officer, (808) 474-2397, ext. 200. This solicitation is unrestricted, all responsible sources may submit a proposal. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented w/additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested & a separate written solicitation will not be issued. Solicitation No. N00604-97-R-0012 applies & is issued as a Request for Proposal. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 90-45 & Defense Acquisition Circular 91-11. The standard industrial code is 3564 & the business size standard is 500 employees. This requirement is for a fixed priced contract for two (2) line items. This spec covers eight (8) total portable cartridge filter dust collectors, herein called DC, which shall remove solid debris & dust particles from exhaust ventilation air during sandblasting operations. Item 0001 = four (4) DCs as stated below, Item 0002 = four (4) as stated below except for three changes marked in [brackets]. DC shall be assembled & ready for use. Applicable Documents -- Title 29 of the CFR, Chapter XVII, Part 1910 -- OSHA, NEMA, NFPA 70, & NFPA 79. Materials not definitely specified shall be IAW a fed, military or national technical society, association or institute spec or std. DC shall: 1) have 9900 ft2 [13200 ft2] min filter area, 2) be designed for 100 psig compressed air supply w/ 1-1/4" NPT male fitting, 3) be furnished w/a compatible, self-relieving air regulator w/gauge control, 4) have oil & water separator to filter compressed air stream, 5) have momentary contact start & stop push button station, applicable motor starter, & exterior supply circuit disconnect (fusible disconnect or circuit breaker). Controls shall be placed free of obstructions & easily accessible, 6) be designed to withstand exposure to sun, wind (80 mph freestanding), rain,& salt water, 7) have a min 40 hp [60 hp] TEFC industrial centrifugal backward inclined blower, 8) have an automatic pneumatic pulse cleaning of filter cartridges regulated by a solid state control panel. Pulse frequency & duration to be adjustable, 9) have the capability to clean the filter cartridges off-line (w/o pressure of the suction air against the filters), 10) be capable of trapping min of 99.999% of 8-micron size particles, 11) be wired for 460 VAC, 60 Hz, 3 phase, control voltage shall be derived from the control transformers contained in the same unit, 12) be constructed of steel treadplate, no aluminum or magnesium eqpt parts shall come in contact w/dust, 13) permit personnel to easily service the eqpt using a minimal number of tools, 14) provide access ladders w/elevated platform & railings for personnel to do cartridge changeouts, & 15) have covers, guards, or other safety devices for all parts of the eqpt that present safety hazards & be removable to facilitate inspection,maintenance & repair of the parts w/out interfering w/operation of the eqpt. DC blower shall be rated for a min of 15,300 cfm at 11.65" [20,400 cfm at 13.25"] of water static pressure, fan silencer shall be mounted at the fan's discharge, DC shall have flanged inlet discharge type CW UBD, discharge area to be equipped w/a screen cover to guard against large debris entering/exiting the outlet, control panel shall be enclosed in a NEMA 4X enclosure, hopper discharge shall include connecting flex hose and 55 gal drum cover. Hopper must have clearance to discharge contents into 55 gal drum situated on a standard pallet. All utility connections shall be easily accessible from outside the frame on ground level & shall include the applicable protection devices, i.e., circuit breakers for electricity, oil & water separators for compressed air. Include: 1) 1 set of replacement filters for the oil & water separators for each unit, 2) 1 set of flame retardant replacement filter cartridges for each unit,3) if any fuses are used, 2 sets of replacement fuses for each unit, & 4) eqpt required to operate/service the DC. Electrical components including motors, starters, relays, switches, & wiring shall conform & be located IAW applicable NEMA, ANSI, & NFPA standards [Especially NFPA 70 (National Electrical Code) & NFPA 79]. The electrical components shall also be UL (listed or recognized), FM listed, or listed by an equivalent certified nationally recognized testing organization. Provide a certification stating that the DC is in compliance w/OSHA 29 CFR 1910.303(b). Copy of this cert is to be included in the mfr's tech manual. Electrical system shall conform to NEC & be capable of electrical lockout/tagout. Push button supply circuit disconnect device, either a fusible motor circuit switch or circuit breaker, provided & installed on the eqpt. Operating controls shall be located convenient to the operator at his normal work station. Exposed electrical components shall meet the reqmts of NEMA 4X. Exposed instrumentation controls, electrical enclosures or electrical wiring shall be waterproof. Audible noise emitted shall be 104 dBA or less w/in a 2' radius around the entire eqpt & 84 dBA or less w/in a 20' radius around the entire eqpt. DC shall not emit materials hazardous to the ecological system as prescribed by fed, state or local statutes. The use of asbestos, polychlorinated biphenyl (PCB) or mercury material on/in DC are prohibited. Machine parts, components, mechanisms, & assemblies on the unit shall comply w/specified reqmt of "OSHA Safety & Health Standards (29 CFR 1910), General Industry" that are applicable to the eqpt. Forklift channels, legs or some frame shall support the eqpt off the ground. The gross weight of DC & its contents shall not exceed 20,000 lbs & shall be permanently marked (empty & full, if applicable) on the nameplate. Determination of weight certified & documented in the tech manuals. DC shall have box section tine guide openings in the base for safe handling & transport by a 20,000 capacity forklift. Box sections extend through the entire width (i.e., the shorter footprint dimension) of the eqpt completely enclosing the forklift tines, fabricated from metal having a min thickness of 0.25", have internal cross-sectional dimensions of at least 4" high by 10" wide & welded to the base & so spaced apart (no greater than 34") center to center. Contractor provided lugs or lifting eyes shall be IAW all applicable OSHA reqmts. Certify that lifting lugs & padeyes provided have a min factor of safety of 5 to 1 w/respect to ultimate material strength. Access to the lugs or lifting eyes shall be provided (e.g., ladders, if necessary). Lifting cables shall be free from obstructions. DC surfaces clean & free of harmful/extraneous material. All edges rounded or beveled. A corrosion-resistant metal nameplate shall be securely attached to the machine's exterior at eye level. Words, in English, shall be engraved, etched, embossed or stamped in bold-faced letters containing the mfr's name, serial number, size, model, power input (volts, amps, phase, frequency), gross weight of the eqpt, contract number, date of mfr, & bar coding. Copy of the nameplate shall be in the tech manuals. A partial assembly of the DC, if required for shipping, is acceptable but shall be tested fully assembled at origin prior to shipping to verify conformance to specs. If partial shipment is reqd, no welding shall be done on the bolts located on the legs when fully assembled & assembly markings such as widow marks are to be provided along w/assembly directions. Sketch must be submitted w/the tech manuals showing the partial assembly sections. Include 3 sets of tech manuals in English on instln/set-up, operating, maintenance, troubleshooting & repair procedures, a listing of parts & components (including part numbers) contained in the eqpt & schematic diagrams of the electrical system. Unless otherwise specified in the contract, the contractor isresponsible for the performance of all inspection reqmts as specified herein. If for any reason the operational or in-service test fails, the cost to return (shipping of eqpt, etc.) will be charged to the contractor. Delivery is required within 100 days after award of contract to be delivered FOB Destination to Pearl Harbor Naval Shipyard, Bldg. 167, Pearl Harbor, HI 96860-5351. Inspection & Acceptance shall be at destination. Standard practice for Commercial Packaging. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b), Technical Description substitute "Descriptive literature" for "technical description."; Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Award. The Govt plans to award a single contract resulting from this solicitation." Offerors are required to complete & include a copy of the following provisions w/their proposals: FAR 52.212-3, Offeror Representation & Certifications-Commercial Items, DFARS 252.212-7000, Offeror Representations & Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act & Balance of Payments Program Certificate, DFARS 252.233-7000, Certification of Claims & Requests for Adjustment or Relief. Clause 52.212-4, Contract Terms & Conditions-Commercial Items, applies. Addendum to FAR 52.212-4: Paragraph (o) Warranty-Add: "Additionally, the Govt will accept the contractor's commercial warranty." Add the following addendum clauses, FAR 52.209-7, Organizational Conflicts of Interest Certificate-Marketing Consultants; FAR 52.211-5, New Material; 52.211-6, Listing of Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.211-7 Other Than New Material, Residual Inventory, & Former Government Surplus Property, & provision: FAR 52.215-18, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies w/ the following applicable clauses for paragraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Govt-Alternate I, FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, FAR 52.219-8, Utilization of Small Business Concerns & Small Disadvantaged Business Concerns, FAR 52.219-9, Small, Small Disadvantaged & Women-Owned Small Business Subcontracting Plan, FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled & Vietnam Era Veterans, FAR 52.222-36, Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans & Veterans of the Vietnam Era, FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition Commercial Items, applies w/the following clauses applicable to paragraph (b): DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders, DFARS 252.219-7003, Small Business & Small Disadvantaged Business Subcontracting Plan (DoD Contracts), DFARS 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns-Alt I, DFARS 252.225-7001, Buy American Act & Balance of Payment Program, DFARS 252.225-7007, Trade Agreements, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.233-7000, Certification of Claims & Requests for Adjustment or Relief, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The Govt intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation & the lowest cost or price. In case of discrepancy between a unit price/cost and an extended price/cost and an extended price/cost, the unit price/cost, will be presumed to be correct subject, however, to correction in the same manner as any other mistake. The Govt reserves the right to judge which proposals show the required capability & the right to eliminate from further consideration those proposals which are considered unacceptable & not capable of being made acceptable without major rewrite or revision. Proposals must be received no later than 4:00 p.m. Hawaiian Standard Time, 06 March 1997. Proposals should be mailed to: Regional Contracting Department, Fleet & Industrial Supply Center, Bldg. 475, 2nd deck, Pearl Harbor, HI 96860-5300. Facsimile proposals will be accepted at 808/471-5750 or 474-8885. (0043)

Loren Data Corp. http://www.ld.com (SYN# 0264 19970214\38-0003.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page