Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1998 PSA#2225

Supply 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