Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1997 PSA#1826

Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000

68 -- SPRAY FLUSH BOOTH SYSTEM SOL F42650-97-R-A127 DUE 042597 POC For copy, No solicitation will be issued., This is the solicitation.,, For additional information contact Sherry Eldridge/ Pkocc/[801]777-2495 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. Solicitation number F42650-97-R-A127. This solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-36. The standard industrial classification code is 2842. Government procurement of a spray/flush booth system. A system with the following characteristics will be used to clean flight control bases with and without subassemblies attached, individual subassemblies, partial subassemblies, and nonmetal hardware. Preferred non-ods chemicals have been selected and validated for cleaning minuteman flight control hardware. Breakdown-1 System Item-1 Planned Operation, R/D-REQUIREMENTS/DESCRIPTION low impingement flushing wash directed via a hand held wand over the object being cleaned. The wash agent is collected in a dedicated storage tank, filtered and routed to a supply tank for reuse. A rinse is then applied via a hand held wand (either the same wand as the wash or a dedicated wand). The rinse agent is collected into a dedicated rinse collection tank, distilled, filtered and routed to a supply tank for reuse. Pressurized nitrogen is then used to remove excess rinse as required. Item-2 Chemical R/D-2 Two Cleaning agents will be used sequentially. First the part will be washed using PT-Technologies solvent PF- Degreaser, then it will be rinsed using Dupont solvent Vertrel XF/n-heptane azeotrope. The rinse azeotrope consists of Vertrel XF (Dupont) 87 parts by volume and n-heptane 13 parts by volume. Item-3 Operating Temperature R/D-3 Cold cleaning (room temperature) is required with all solvents. No heating is required with the exception of distillation. Item-4 Distillation R/D-4 After being sprayed both solvents will be collected for processing and reuse. The wash solvent will be recycled (filtered) and reused, whereas the rinse solution is distilled and used again. A minimum rate of distillation for the Vertrel XF/n-heptane azeotrope is 2 gallons/hr. If possible a closed loop (built in) distillation unit is preferred. Evaluation Criteria for Breakdown-1 (All Items) as follows: Proposal must demonstrate requirements described herein have been met. Breakdown-2 Characteristics Item-1 Construction R/D-1 The cleaning chamber dimensions are 72"L x 30"D x 30"H. All Construction material and plumbing must be resistant to degradation due to exposure of chemicals listed above. The construction material must be able to withstand loads of up to 350 lbs in the cleaning chamber without damage, and be durable enough to last more than 10 years under daily use conditions. If stainless steel is used, welded joints must be (pickled and passivated). Item-2 Work Surface R/D-2 The work surface will be either stainless rod or perforated sheeting. The surfaces will be coated with fluid compatible material to prevent damage to parts being cleaned. The minimum dimensions of the work area are 72" L x 30" D. Item-3 Operator Interface R/D-3 All operator interfaces will be simple in design, readily accessible and able to be worked while wearing thick rubber gloves. Item-4 Window R/D-4 to allow viewing of the cleaning process a viewing area will be enclosed with tempered glass, safety glass or other clear, fluid compatible material. Item-5 Wand R/D-5 A spray wand using a nozzle with a rubber tip or soft plastic will provide a liquid stream of solvent at relatively low velocity to provide a low impingement solvent flush. The nozzle will be held above exterior surfaces, also positioned so that fluid is forced through interior channels with minimum diameters of 1/8". Pressure is supplied to the wand which is used to manually spray parts with solvents. Output pressure and volume are fully adjustable so cleaning process and solvent recovery can be optimized. Item-6 Working Access R/D-6 Access Ports are installed at the front of the system, providing access for cleaning using spray wand(s) inside the cleaning chamber. Four ports evenly spaced for easy access must be compatible with box gloves and (flap type) glove ports. Item-7 Pressurized Nitrogen R/D-7 A wand supplying nitrogen gas will be used to blow off excess solvent as required. Item-8 Supply Lines R/D-8 Placement of wand supply line(s) not to interfere with the cleaning operation and be easily accessed through glove ports. Item-9 Failure R/D-9 Mean Time Between Repair Actions is 2000 hours. Item-10 Repair R/D-10 Mean Time To Repair (MTTR) is to be 4 hours. Item-11 Vapor Recovery R/D-11 The rinse solvent vapor will be recovered. Maximum recovery of the rinse solution is required due to the expense of these chemicals. Item-12 Holding Tanks R/D-12 All solvent holding tanks will be easily accessed for drain and fill. Item-13 Emergency Stop R/D-13 An emergency stop is required to cut power in emergency situations. Control needs to be in a readily accessible location. Item-14 Flow Control R/D-14 Independent flow control for each solvent and nitrogen is required to allow optimization of the cleaning and recovery process. Item-15 Work Surface Height R/D-15 The cleaning chamber work rest area will be approximately 40 inches from floor level for operator interaction. Item-16 Filtration R/D-16 All cleaning fluids to be filtered to 2 microns before use. The filter system must accommodate maximum flow rates of spray wand and recovery systems. Item-17 Warning Indicator R/D-17 Process will shut down when a fault condition exists and warning lights for service or fault identification such as overfill or low volume conditions are required. Evaluation Criteria for Breakdown-2 as follows: Material Compatibility Expectations (Items 1,4,) Proposal must demonstrate requirements described herein have been met. (Items 2,3,5,6,7,8,11,12,13,14,15) Determine if specification has been met (Items 9,10)BREAKDOWN-3 Information Item-1 Soils R/D-1 The primary soils are Mil-H-5606 hydraulic fluid, and petrolatum grease. Item-2 Size R/D-2 The largest Flight Control Unit measures 64" L x 20" H x 20" D Item-3 Weight R/D-3 Approximate weight of largest Flight Control unit is 150 lbs. Item-4 Cross Contamination R/D-4 Minimal mixing of the wash and rinse solvents is preferable. Cross contamination will not pose a problem in this application. If the wash solvent is introduced into the rinse solution recovery tank it will be removed in the distillation process. There are no foreseeable problems of introducing the rinse solvent into the wash solvent other than the expensive rinse agent will eventually vaporize and be lost. Item-5 Expected Usage R/D-5 1 gallon of wash, -- gallon rinse, 10 cycles/day Item-6 Solvent Replacement R/D-6 After a limited amount of reuse the wash solution will be replaced. The Rinse solution will be distilled and reused and make-up solvent will be added when needed Item-7 throughput R/D-7 Cycle time of 30 min max. Item-8 Working Environment R/D-8 The equipment must be able to operate in a class 300,000 work area without contaminating surrounding environment. Item-9 Delivery, Installation, and Training R/D-9 The equipment will be delivered to Hill AFB, UT; The contractor will install equipment and provide operation and maintenance training. Item-10 Documentation R/D-10 Documentation will be sufficient for operation, maintenance and repair. Documentation package will be delivered with the hardware and will be used for operation and maintenance training. Item-11 Design R/D-11 Vendor will be experienced in providing equipment for solvent based cleaning applications. Evaluation Criteria for Breakdown-3 as follows: Information Only (Items 1,2,3,4,5,6,11) Proposal must demonstrate requirements described herein have been met. (Items 7,8,9,10) BREAKDOWN-4 Available Utilities Item-1 Power R/D-1 208 Vac, 3 phase, 60 Hz, 50 A and 115 vac, 1 phase, 60 Hz, 20 A Item-2 Pressurized Nitrogen R/D-2 100 psi nitrogen Item-3 Water R/D-3 Portable water Item-4 Dimension footprint R/D-4 Maximum dimensions: 5'-6" Depth, 6'-6" Height, 8'-0" Length. If separate floor space is required for a distillation unit an additional area of 4'-0" x 6'-0" is available. Available utilities in this additional area are 115 vac, 1 phase, 60 Hz, 20 A and pressurized nitrogen only. Evaluation Criteria for Breakdown-4 as follows: Proposal must demonstrate requirements described herein have been met. (Items 1,2,4) Information Only (Item 3) BREAKDOWN-5 Environment Item-1 Area R/D-1 Class 300,000 work area Item-2 Temperature R/D-2 Room Temp 80 F maximum Item-3 Humidity R/D-3 less than 50% Evaluation Criteria for Breakdown-5 (All Items) as follows: Information only Options: An options listing for items not discussed is desirable Date of delivery 15 Aug 97. Place of delivery Hill Air Force Base Acceptance origin. FOB Dest. Clause 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. Clause 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Price, technical and past performance. Technical and Past performance when combined are significantly less inportant than cost or price. Offerors must include completed copies of the clauses 52.212-3 and 252.212-7000, Offeror Representations and Certifications -- Commercial Items with your offer. For a copy contact Sherry Eldridge 801-777-2495. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR commodity clauses cited in the clause are applicable to the acquisition: 52.203-6; 52.203-10; 52.219-08; 52.219-14; 52.222-26; 52.222-35; 52.222-36; 52.222-37. Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFAR clauses cited in the clause are applicable to the acquisition: 252.205-7000; 252.219-7006; 252.225-7012; 252.233-7000. The Defense Priorities and Allocations System (DPAS) applies to this acquisition. The DO Rating is C9E. Offers are due 25 Apr 97 at 2:00 P.M MST the Directorate of Contracting OO-ALC/PKO, 6038 Aspen Ave, Bldg 1289NE, Hill AFB, UT 84056-5805. Please ensure solicitation number is on your mailing label. Automated statements in this synopsis regarding availability of written solicitations do no apply to this acquisition. The approximate issue/response date will be 10 Apr 97. 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. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 500 employees. 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 Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1. (0105)

Loren Data Corp. http://www.ld.com (SYN# 0364 19970417\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page