|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1998 PSA#2225Supply Directorate, Contracting Department, PSC Box 8018, MCAS, Cherry
Point, NC 28533-0018 35 -- LIQUID SPRAY ELECTRONIC DEGREASER SOL M00146-99-Q-9003 DUE
112498 POC Willie Humphrey, Contracting Specialist (SUL 1D),
252-466-2895, Fax 252-466-3571, Joanna Knowles, 252-466-2844 This
procurement is restricted; This requirement will be advertised
utilizing full and open competition. In addition, the requirement will
be set-aside 100% exclusively for small business concerns. See
Numbered Note 1. All responsible sources may submit a quotation which
will be considered. 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 separate written solicitation will not be
issued. Solicitation Number M00146-99-R-0003 applies and is issued as
a Request for Proposal. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-08 and Defense Acquisition Circular 91-13. The Standard
Industrial Code is 3559 and the business size standard is 500
employees. This requirement is for a firm fixed price contract for one
line item as follows: Line Item 0001: Quantity 1 Each; Item
Description: Liquid Spray Electronic Degreaser; ESSENTIAL
CHARACTERISTICS. The unit shall be provided with the following minimum
characteristics: 1.CO-SOLVENT PROCESS. The degreaser shall be capable
of degreasing aircraft engine parts using a co-solvent process
consisting of Petrofirm Solvating Agent #24 with 3M Hydrofluoroether
(HFE) 7100. 2. Dual Sump. The degreaser shall be a dual sump type
consisting of a boil chamber and a rinse chamber The working (inside)
dimensions of each sump shall be at least 24 inches long by 20 inches
wide by 20 inches deep. 3. Construction. The tank shall be constructed
of type 304L or type 316L stainless steel that has been seamlessly
welded and leak free. 4. Refrigeration. The system shall be capable of
providing primary cooling ranging from 35-45 degrees Fahrenheit and
secondary cooling to minus 20 degrees Fahrenheit or colder. The
secondary cooling shall create a blanket of cold air across both sumps
at least 8 inches deep. The unit shall have condensers to supply both
primary and secondary cooling. The cooling coil size shall provide a
capacity of 110% of the heater's capacity. The system will be a
stand-alone unit and will not require mechanical ventilation for safe
operation. 5. Filter System. Both sumps shall be equipped with a
recirculating filtration system to clean the fluid to 5 microns in the
boil sump and 1 micron in the rinse sump. The flow rate shall be
compatible with the pump selection provided. 6.Ultrasonics. The rinse
sump shall have a 38-42 kHZ., sinusoidal-sweep, wave type ultrasonic
generator. The power shall be adjustable from 0 -50 watts per gallon of
fluid capacity. The transducers shall be mounted opposite the heaters.
7. Freeboard Ratio. The unit shall have a freeboard ration of at least
1.25:1. 8. Water Separator. The system shall be equipped with a water
separator sized for a minimum residence cycle time of 5 minutes. The
water separator shall not be cooled. 9. Spray Wand. The tank shall
beequipped with a spray wand. A spare set of spray nozzles shall be
provided with the unit. 10. Cover. The unit shall be equipped with a
stainless steel cover to reduce vapor loss into the room when the
process is unattended or when access is not needed. The cover shall be
securable when in the open position. 11. Pumps. All pumps and seals
shall be compatible with the co-solvent process. The flow rate shall
provide a change rate of 6 tanks per hour. The pumps shall be
seal-less. 12. Heaters: The heaters shall be sized to maintain a
boiling rate that produces the appropriate condensate flow rate. Heater
control shall be regulated by a proportional integral controller (PID).
One heater shall operate from zero load to full heating capacity. A
second heater shall be provided to maintain a specific temperature to
maximize fluid recovery. heater skin temperature shall not exceed 392
degrees F. Heat density shall not exceed 20 watts/sq. in. 13. Safety
Vapor Control Sensor. The unit shall be equipped with a safety vapor
control sensor that turns off heat automatically if vapors rise above
the primary cooling coil. The control shall be manually reset. 14. High
Temperature Control. The unit shall be equipped with a high temperature
control that will turn off the heat if the heating element becomes too
hot. The control shall be manually reset. 15. Liquid Temperature
Control. The unit shall be equipped with a liquid temperature control
switch that turns off the heat based on a set point of the boiling
solvent tank. The switch shall be manually reset. 16. Low-level
Control. The unit shall be equipped with a switch that shuts off the
heat if the liquid solvent level is too low. The switch shall be
self-resetting. 17. Vapor Up Pump Control. The unit shall be equipped
with a vapor up control that will shut off the spray pump to prevent
solvent from being sprayed above the cold air blanket or if the vapor
level is too low. The switch shall be self-resetting. 18. Electrical
Power. The unit shall operate from a 480 Vac, 3 phase, 60 hertz
electrical power source. 19. Baskets. Four stainless steel baskets
shall be provided sized appropriately for the inside (working)
dimensions of the tank. 20. Codes. The unit shall comply with all OSHA
and NFPA codes and regulations governing this equipment.
DOCUMENTATION. Three copies each of the operation and maintenance
manuals shall be provided. The operation manuals shall provide complete
instruction on the units operation. Preventive maintenance instruction
shall be provided as well as a suggested spare parts list. EQUIPMENT
MARKINGS: Name, manufacturer, type, model, and serial number of the
equipment shall be displayed on the equipment in permanent markings.
Address: All equipment and documentation as required herein shall be
delivered to the following address: Naval Aviation Depot, Code 6.3.615,
Attention: Matt Furin, Cherry Point NC 28533-0021. Warranty. All
furnished equipment shall be guaranteed against defects in workmanship
and materials for not less than one year after acceptance. Any
deficiencies shall be corrected by the contractor at no cost to the
government. Delivery of all items is required 60 days after award of
contract to be delivered FOB Destination to: Receiving Officer, Bay
Door T11/T12, Bldg. 159, MCAS, Cherry Point, North Carolina. Acceptance
shall be made at destination. The Provisions at FAR 52.212-1,
Instructions to Offerors -- Commercial Items Applies. Quoters are
required to complete and include a copy of the following provisions
with their proposals: FAR 52.212-3 Offeror Representation and
Certifications -- Commercial Items. Also, DFARS 252-225-7000, Buy
American Act and Balance of Payments Program Certificate applies. FAR
Clause 52.212-4, Contract Terms and Conditions Commercial Items
applies. Add the following addendum clause: FAR 52.211-5, Material
Requirements. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.203-6, Restrictions on Subcontractor Sales to the
Government-Alternate I; FAR 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; FAR 52.219-6 Notice of Total Small
Business Set-Aside; FAR 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns; FAR 52.225-18,
European Union Sanctions for End Products; FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped
Workers and FAR 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders Applicable to Defense Acquisitions of Commercial Items, applies
with the following clauses applicable for paragraph (b): DFARS
252.206-7000, Domestic Source Restriction; DFARS 252.225-7012,
Preference for Certain Domestic Commodities; DFARS 252.225-7001, Buy
American Act and Balance of Payments Program, and DFARS 252.247-7024,
Notification of Transportation of Supplies by Sea. FAR 52.212-2,
Evaluation-Commercial Items: The Government intends to make award to
the low technically acceptable, responsive, responsible contractor
whose offer is most advantgeous to the Government considering price and
price-related factors. In addition, offerors must be registered in the
CCR. Offers must be received no later than 3:00 PM, local time, 24 Nov
1998. Quotations sent via the US Postal Service should be mailed to
Supply Directorate, Contracting Dept., Bldg. 159, MCAS, Cherry Point,
NC 28533-5040. All RFP's not sent through the US Mail will be
considered to be hand carried and direct delivered. Hand carried RFP's
must be delivered directly to and placed in the depository located in
Building 159, First Floor, MCAS, Cherry Point, NC, Contracting
Department. Direct delivery of offers is only possible during weekdays,
excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
As of 1 March 1998 all contractors must be registered in the Central
Contractor Registration (CCR) Database as condition of contract award.
Contractors may register in the CCR through the World Wide Web at
http://www/acq.osd.mil/ec or call the DOD Electronic Commerce
information Center at 1-800-334-3414. Posted 11/17/98 (W-SN272036).
(0321) Loren Data Corp. http://www.ld.com (SYN# 0226 19981119\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|