Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1999 PSA#2374

Western Area Power Administration, 114 Parkshore Drive, Folsom, CA 95630

66 -- MOBILE RELCAIMING UNIT FOR SULFUR HEXOFLUORIDE GAS SOL DE-RQ65-99WN51532 DUE 070699 POC Sharon Bates, Contracting Officer; PH:(916)353-4469; FAX:(916)985-1933 This notice is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as RFQ DE-RQ65-99WN51532. Quotes will be accepted by FAX (916-985-1933) or by mail (Western Area Power Administration, ATTN: S. Bates, 114 Parkshore Dr., Folsom, CA 95630). This procurement is being issued unrestricted. The Standard Industrial Classification is 3826 with a size standard of 500 employees. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-11. Western Area Power Administration, Sierra-Nevada Regional Office has a requirement for (1) Mobile Reclaiming Unit for the recovery, storage, transportation, conditioning, and dispensing of sulfur hexofluoride gas (SF6). Brand Name or Equivalent to LIMCO Series 2000 SF6 Gas Reclaiming Cart; P/N PET2015A. (LIMCO/AIREPAIR, Inc., 5304 S. Lawton Avenue, Tulsa, OK 74107; 918-445-4300). The gas reclaiming unit is used for the vacuation of high voltage circuit breakers. The unit shall have a storage capability of at least 1650 lbs. with a heater to assist the return of SF6 gas. The unit shall be capable of either filling and or evacuating 300 lbs. of sulfur hexofluoride gas into or out of a 38 cubic foot container in 30 minutes or less. The unit shall provide instrument/gauges as follows: Electrical Type Vacuum Gauge (0-20mmHg); Storage Tank Pressure Gauge (0-600psi); compressor Inlet Compound Gauge (30"-0-100psi); and Storage Tank Temperature Gauge (20-180 degrees F). The equipment shall be assembled as a gas handling, conditioning, and pumping system, mounted on a trailer, tested, and delivered ready for automatic operation as a mobile gas handling pumping unit. The unit shall be a complete self-contained mobile system only requiring connection to a 480 volt, 3-phase, 60 hertz alternating current electrical power source for operation. The unit shall be designed to perform its intended functions while operating over the environmental range of (-20 degrees F to 104 degrees F); and as high as 100% humidity. The noise level of the unit shall not exceed 35dBA. All items of equipment furnished shall be totally enclosed in a suitable weatherproof metal housing mounted on a wheeled over-the-road trailer with locking access panels. Trailer shall be single axle. The trailer shall be capable of operating on the highways without special permit and be capable of road speeds up to 55 MPH. Power cable shall be at least 75 ft long furnished with a plug to connect to a RussellStoll receptable, Nbr 3324; Type SC, waterproof with screw cap, 3 pole, 4 wire, 3-phase, 480 VAC. Unit shall be equipped with 25' 1-1/8" I.D. flexible hose with 1-1/4" X 37 degrees swivel flare female fitting & a 25-ft extension. Gas Reclaiming Unit to include the following accessories: Svc Hose 25-ft, LIMCO P/N 3D; Vacuum 53CFM Pump, LIMCO P/N 16A; Purifying Loop, LIMCO P/N 10B; Valve Position Display Panel, LIMCO P/N 18B; Truck Style Adjustable Hitch, LIMCO P/N 6B; Instrumentation Panel, LIMCO P/N 11B; Desiccant Dryer, LIMCO P/N 9B; Breakaway Switch Assembly, LIMCO P/N 17B; SF6 Liquid Transfer Hose Assembly, LIMCO P/N 19B. Equipment to be shock mounted to prevent damage to or loosening of the equipment from travel or operating vibration. The unit shall be completely assembled & operated at the factory to insure that all features operate properly. The contractor shall submit data sheets that demonstrate factory tests on this unit meet the requirements of the solicitation. Contractor shall furnish 1 set of any special tools & special wrenches required for the operation & maintenance of the vacuum-pumping unit. One set of each type & size of molecular sieve shall be furnished as separate parts. Offerors shall quote base on a delivered price, F.O.B. Destination to (Tracy Maintenance Facility, Route 1, 35A, Byron, CA 94514); 24 hr advance notice required prior to delivery. The requirements at FAR 52.214-21 "Descriptive Literature," apply. Information provided must demonstrate the unit's ability to meet the stated specificaton or offer may be rejected. The following FAR Provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items, Technical capability of the item offered to meet the Government's need, Price & Past Performance shall be used to evaluate offers. Technical & past performance, when combined, are more important than price; FAR 52.214-4, Contract Terms & Conditions -- Commercial Items; & FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, specifically, section b(1). b(3), b(11),b(12), b(13), b(14), b(15), b(16), and b(20) apply. To be considered responsive, offerors must submit a completed copy of the provisions at 52.212-3, Offeror's Representations & Certifications—Commercial Items with its offer. Copies of this section may be requested in writing by contacting S. Bates at (916) 353-4469(ph); (916) 985-1933(FAX). Questions regarding this acquisition must be submitted in writing NLT Tuesday, June 29, 1999 by 2:00 pm. Offers that fail to furnish the required information, or reject the terms & conditions of the solicitation may be excluded from consideration. The Government anticipates award of a Firm-Fixed Price contract IAW Part 12 of FAR (Acquisition of Commercial Items). Posted 06/22/99 (W-SN345787). (0173)

Loren Data Corp. http://www.ld.com (SYN# 0327 19990624\66-0014.SOL)


66 - Instruments and Laboratory Equipment Index Page