|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1998 PSA#2147Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard,
Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 W -- LEASE OF DESICCANT TYPE, MODULAR DEHUMIDIFIER UNITS. SOL
N00102-98-Q-0916 DUE 081898 POC Cathy Dugas, 207-438-4538 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; quotations are being requested and
a written solicitation will not be issued. This
announcement/solicitation is issued as N00102-98-Q-0916 and
incorporates provisions and clauses effective through Federal
Acquisition Circular 97-05. This acquisition is NOT reserved for Small
Business. However, the quoter's size status may affect entitlement to
award in the case of a tie. The standard industrial classification
(SIC) code is 7359 and the small business size standard is 500
employees. The requirements listed below are for equipment that will
provide tightly controlled processed air (dehumidified, heated, and
cooled air) during the fall of 1998 and continue into the winter and
spring of 1999 for an approximate period of eight (8) months,
commencing approximately 14 September 1998. The equipment must be
capable of providing the proper conditioned air continuously without
being manned while the diurnal and seasonal ambient conditions vary
greatly. Two (2) desiccant type modular dehumidifier units. Each
dehumidifier sized to remove a nominal 115 pounds of moisture based on
ambient conditions of 76 degrees F and 50% RH with an air delivery of
4500 scfm. Processed air to be at 52 degrees F dew point or lower
dependent on setting for the outlet air temperature..Each combined
desiccant unit and cooling coil module shall have a supply fan capable
of providing at least 9000 scfm at 3 inches of T.S.P. in WC. Supply
fan adjustable to supply as low as 3,000 scfm. The reactivation heater
on each desiccant unit and/or separate heating module shall in
combination be able to provide 240,000 Btu/hour of heat. Intake air
shall be pre-filtered. Required utility shall be electric: nominal 460
volt AC / 3 phase / 60 hertz. Two (2) cooling coil units:
Air-conditioning to be a cooling coil module after dehumidification
(i.e. postcool accessory). Each cooling coil sized to provide a minimum
of 20 tons of cooling with an airflow of 4500 scfm and a temperature
leaving the cooling coil of 50 degrees F dry bulb or lower. Each
cooling coil shall be thermostatically adjustable and capable of
delivering processed air from a set temperature of 42 degrees F to 102
degrees F. Required utility shall be electric: nominal 120 volt AC /
single phase / 60 hertz. Controls shall be manual humidity adjustment
for the desiccant units and manual thermostatic adjustment for the
leaving air temperature from the cooling coils. Equipment shall not
include any ductwork. Even the interconnecting flexible duct between
the dehumidifier and cooling coil modules to be provided by the
Shipyard. The Contractor shall not deliver yellow ductwork. All
equipment shall be sufficiently portable and liftable so as to be
hoisted onto a Shipyard drydock floor. The desiccant units and cooling
coil units shall each have a footprint smaller than6 feet X 10 feet.
The weight of each unit shall be prominently displayed. Set-up,
start-up, and dismantling of the equipment. Training session for the
operation and control of the equipment. Within 24 hours of being
notified, the Contractor shall begin repair of rental unit(s). The
rental unit(s) shall be replaced within five (5) work days of initial
notification of need for repair if the original defective unit(s)
cannot be made operational. Item 0004: option to extend the rental up
to an additional two months in one month increments (Note: options will
be evaluated in award). Delivery shall be 14 Sept 1998. Place of
delivery is Porsmouth Naval Shipyard, Portsmouth, NH. The following
clauses/provisions from the Federal Acquisition Regulation (FAR) apply:
52.212-1, Instructions to Offerors -- Commercial; 52.212-2, Evaluation
-- Commercial Items (paragraph [a] includes evaluation under the
Navy's Red/Yellow/Green Program); 52.212-4, Contract Terms and
Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items;
52.215-5 Facsimile Proposals (207/438-1251). In addition, anyone
responding to this notice must provide a completed copy of the FAR
provision 52.212-3, Offeror Representations and Certifications --
Commercial Items, with their response (Note: FAR text is available
through the world wide web at: http://www.arnet.gov/far/). The closing
date for receipt of quotations is 18 August 1998 at 3:00PM local time.
Point of contact for additional information is: C. Dugas, 207/438-4538.
Posted 07/27/98 (W-SN228777). (0208) Loren Data Corp. http://www.ld.com (SYN# 0116 19980729\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|