Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378

Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000

20 -- DUPLEX MEMBRANDE DEHYDRATOR SOL N00181-99-Q-0255 DUE 070699 POC Debby Spain, (757) 396-8364 WEB: na, na. E-MAIL: na, dspain@sy.nnsy.navy.mil. It is the intent of FISC, NNSY ANNEX, to contract for: Item 0001: (1) each, Howell Lab Model 7162 Duplex Membrane Dehydrator -- (2) Membrane Dehydrator circuits in parallel each passing full capacity; Inlet pressure: 80-125 PSI; Press drop: not more than 5 PSI below inlet pressure; outlet air moisture content: +35 Deg F dewpoint at 80 PSIG (700 PPM (W) max.); Purge flow rate: 10 SCFM max; Shock per Mil-S-901D, Grade A; Inlet temp: 50-122 Deg. F: Inlet/Outlet Conns: in NPS 150# flanged per Mil-F-20042/ANSI B16.24, Drain Conns: in NPS union per MIL-F-1183 with matching values; Capacity: 0-48 SCFM in each circuit; Inlet moisture: Saturated at 60 DEG and 80 PSIG (800 parts per million (W) max). Item 0002: (1) each, Howell Lab Model Duplex Membrane Dehydrator -- (2) Membrane Dehydrator circuits in parallel each passing full capacity; Inlet pressure: 80-125 PSI; Press drop: not more than 5 PSI below inlet pressure; outlet air moisture content: +35 Deg F dewpoint at 80 PSIG (700 PPM (W) max.); Purge flow rate: 10 SCFM max; Shock per Mil-S-901D, Grade A; Inlet temp: 50-122 Deg. F: Inlet/Outlet Conns: in NPS 150# flanged per Mil-F-20042/ANSI B16.24, Drain Conns: in NPS union per MIL-F-1183 with matching values; Capacity: 0-48 SCFM in each circuit; Inlet moisture: Saturated at 60 DEG and 80 PSIG (800 parts per million (W) max). 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; proposals are being requested and written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 97.11. FAR Provision 52.212-1, 52.212-2, 52.212-4, 52.212-5, 52.247-34 and DFAR 252-212.7000, 252.212.7001, 252.243.7002 and 252.204.7000 apply to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3. Offer Representation and Certification-Commercial Items. NNSY's mercury free clause applies. A copy of clause is available upon request. The RYG Program will be used as part of the evaluation process. Standard Industrial Code is 3564; business size standard is 500 employees. Offer shall be evaluated for fair and reasonable price technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance record. Procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: (1) Company's complete mailing and remittance address; (2) discounts for prompt payment; (3) anticipated delivery of material; (4) Cage code; (5) Dun & Bradstreet number (DUNS); (6) Taxpayer ID number; (7) Location of manufacturing facility. Import Internet addresses: 1) Federal Acquisition Regulations (FAR) at http//www.gsa/gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http//www.dtic.mil./dfars/. Responses relative to this solicitation should be faxed to Debby Spain, (757) 396-8503. Offers are due by close of business July 06,1999. Numbered Note 22 applies. Posted 06/28/99 (W-SN348009). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0214 19990630\20-0001.SOL)


20 - Ships and Marine Equipment Index Page