Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1999 PSA#2363

Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590

41 -- TEMPORARY DESICCANT TYPE DEHUMIDFIER UNITS SOL N00102-99-Q-1188 DUE 062599 POC Kathleen Barry, (207)438-3866 E-MAIL: Kathleen M. Barry, kmb_c530@ports.navy,mil. 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 is issued as N00102-99-Q-1188 and incorporates provisions and clauses effective through Federal Acquisition Circular 97-11. 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. Item 0001 -- The requirements listed below are for equipment that will provide dehumidified and heated air during the fall of 1999, most likely to commence on September 10th, and continue into the winter and early spring of 2000 for an approximate period of eight (8) months in Drydock 3 (DD#3) at Portsmouth Naval Shipyard (PNS). The mandatory required period will be for a period of (4) months with an option to renew monthly for a total of (8) months. The equipment must be capable of providing the proper conditioned air continuously without being manned while the diurnal and seasonal ambient environment varies greatly. The equipment will be exposed to ambient temperature and humidity conditions although it may be partially protected from the elements by a framed material (e.g. herculite) structure. For flexibility and scheduling reasons, the equipment will be set-up as two (2) independent and non-collocated assemblies and therefore, cannot be dependent on each other. Each duplicate assembly will consist of one (1) dehumidifier and one (1) heater. 1. Each of the two (2) desiccant type dehumidifier units will be the same and have the following features: b. Each dehumidifier shall be of the non-cycling sorption type with a single desiccant rotary structure. Desiccant wheel shall be either titanium silica gel or lithium chloride. The desiccant type dehumidifier shall be manufactured as one (1) complete unit to include all necessary devices such as the desiccant wheel, desiccant driver, reactivation heater, energy control system, filters, motors, fans, automatic controller, and other auxiliary components. The dehumidifier shall be factory assembled. The dehumidifier shall be functionally tested prior to shipment. c. Each dehumidifier shall be capable of removing a nominal 239 pounds of moisture based on ambient conditions of 75 F and 50% RH assuming an air delivery of 9000 scfm. The dehumidifier shall be capable of delivering processed air at 52 F dew point or lower when the ambient conditions approach saturation at the same 75 F. d. The supply fan shall be set to deliver between 8,000 to 10,000 scfm at 2 inches of T.S.P. in WC. e. Intake air shall be pre-filtered. f. The processed air outlet transition piece shall be sized for 18-inch diameter round flexible ducting. g. Required utility shall be electric: nominal 460 volt AC / 3 phase / 60 hertz. An equivalent dehumidifier meeting the above requirements is the Model HC-9000 or Model HCD-9000 EA desiccant dehumidifier unit as manufactured by the Munters Corporation -- Cargocaire Division. 2. Each of the two (2) heating units will be the same and have the following features: a. Supplemental heat to be a heating coil module after dehumidification (i.e. postheat accessory). The separate heater unit shall be compatible with the desiccant dehumidifier unit. b. Each heating coil module shall be manufactured as one (1) complete unit to include all necessary devices such as the coils, power/switch system, valves, pump, motor, controller, and other auxiliary components. The heater shall be factory assembled. The heater shall be functionally tested prior to shipment. c. The heating coils shall be sized to provide a minimum of 500,000 Btu/Hr (~150 kw) based on an airflow of 4500 scfm. The coils shall be capable of increasing the dehumidified processed air temperature from 42 F to 102 F. d. The power switches shall be in at least four (4) stages. e. The machine's processed air inlet and outlet transition pieces shall be sized for 18-inch diameter round flexible ducting. f. Required utility shall be electric: nominal 460 volt AC / 3 phase / 60 hertz. An equivalent heater meeting the above requirements is the Model 150 kw electric heater as manufactured by the Munters Corporation -- Cargocaire Division. 3. Adjustment shall be manual for both humidity and temperature control. As an option, the Contractor shall propose a fully automatic and remote sensing control for both the desiccant dehumidification unit (humidity) and the heating coil module (temperature) with a description of its proposed operation. 4. Equipment shall not include flexible ducting. Even the interconnecting ducting between the dehumidifi-cation unit and the heater will be provided by the Shipyard. There will not be a separate fee for a power chord/extension nor should extra cable be provided. The Shipyard willelectrically connect the rented equipment to a power source and, if necessary, the Shipyard will also furnish a suitable power cable. 5. The equipment shall be modular in design for compactness, portable for transport, ruggedly constructed for a marine environment, and rigidly attached to a sturdy frame with preferably welded lifting points for hoisting onto a Shipyard drydock floor or elsewhere. The equipment footprint shall be smaller than 16 feet X 10 feet for the desiccant dehumidification unit and 10 feet X 6 feet for the heating coil module. The drydock floor plan has been developed assuming those dimensions. Footprints larger than the aforementioned planned measurements must be technically evaluated on a case-by-case basis as to whether there is sufficient drydock floor space. The precise weight of each unit shall be prominently displayed. 6. Set-up, start-up, and dismantling of the equipment to include training in its operation and control. 7. Within 24 hours of being notified, the Contractor shall begin repair of the rental unit(s). The rental unit(s) shall be replaced within seven (7) calendar days of initial notification of need for repair if the original defective unit(s) cannot be made operational within that seven day time frame. Item 0002 -- Option to extend the rental up to an additional four months in one month increments (Note: options will be evaluated in award). Deilvery shall be approximately 10 September 1999. Place of delivery is Portsmouth 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 (207/438-1251/5997). 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 offers is 25 June 1999 at 3:00PM local time. Point of Contact for additional information is Kathleen Barry, (207)438-5933/3866. Posted 06/07/99 (W-SN340046). (0158)

Loren Data Corp. http://www.ld.com (SYN# 0285 19990609\41-0001.SOL)


41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page