Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1999 PSA#2450

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

66 -- 14 TON LIQUID CARBON DIOXIDE STORAGE TANK SOL N00178-00-Q-1000 (Synopsis/Solicitation) DUE 101599 POC Susan E. Johnson, Contract Specialist, Code SD111 or Paul Learn, Contracting Officer, Code SD11 on (540) 653-7478 WEB: NSWCDD Procurement Division Homepage, http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning Synopsis/Solicitation N00178-00-Q-1000, johnsonse1@nswc.navy.mil. The Naval Surface Warfare Center, Dahlgren Division intends to purchase one (1) 14 ton Liquid Carbon Dioxide Storage Tank with the following specifications: (A) The storage tank shall consist of a welded steel pressure vessel designed and constructed in accordance with Section VIII of the ASME "Code for Unfired Pressure Vessels" for a maximum allowable working pressure of 350 psig. The vessel will be mounted on a wide flanged, steel I-beam skid for optimum load distribution. (B) The storage tank shall be capable of holding 28,000 lbs. of liquid carbon dioxide at 300 psig and 0 F. (C) The tank shall be insulated with a minimum of 4 inches of urethane foam insulation, which shall be covered with a 0.063 factory painted white aluminum shell. The ends are to be covered with aluminum preformed flanged and dished heads. The thermal conductivity (overall U-factor) for the insulated tank wall shall not be greater than 0.03 Btu per hour per square foot per F (assuming a wind speed of 5 mph). (D) The tank shall be complete with a 6" diameter liquid level gauge calibrated to read in pounds, 0 to 600 psig pressure gauge (6" diameter), and all necessary Schedule 80 carbon steel pipe connections for filling and withdrawal of carbon dioxide from the storage tank. (E) A complete refrigeration system shall be provided with the storage tank that will automatically maintain the storage tank at 0 F and 300 psig. The following refrigerants will not be used; R-12 and R-502. The evaporator coil of the refrigeration unit shall be located inside of the top portion of the storage tank, with the compressor and air cooled condensing coil mounted on a frame at the end of the tank. The refrigeration unit shall be equipped with a condensing unit driven by a 2-hp, 230 volt, 3 phase, 60 HZ motor and shall be provided with a motor starter and a 120 volt control voltage transformer. The condensing unit will include a sight glass, refrigerant line, solenoid valve, expansion valve, and refrigeration coil mounted internally in the storage tank. Automatic controls shall be provided to start and stop the unit as required to maintain the proper operating temperature and pressure. (F) The storage tank shall be protected from being subjected to pressures greater than the maximum allowable working pressure by means of two ASME approved relief valves operating in conjunction with a 3-way switching valve. Two bleeder type relief valves operating in conjunction with a Henry 3-way switching valve will also be provided. (G) The tank shall be provided with a pressure switch to sound an alarm automatically in the event of excessive high or low pressure in the tank. The alarm horn and the indicating lights shall be mounted on the refrigeration control panel located on the storage tank. The panel shall be complete with an alarm silence circuit to shut off the audible alarm. Contacts shall be provided for the remote indication of high and low tank pressure alarm. (H) All nozzles on the vessel shall be schedule 80 stainless steel. All other piping and fittings provided as a part of the storage tank system shall be schedule 80 carbon steel, with 2,000 psig rated screwed fittings. Stainless Steel Ball valves shall be provided where the connections are made for the liquid fill to the tank, without emptying the tank. (I) The storage tank refrigeration unit shall be provided with an enclosure at one end, which shall provide weather protection for the valves, electrical and control equipment. The enclosure shall consist of a structural frame, which shall be covered with aluminum sheet, minimum thickness 0.04 inches. The storage tank, enclosure, frame, and other exposed metal surfaces shall be painted according to manufacturer's Standards. (J) Adequate vent area shall be provided to allow cooling air circulation for the refrigeration system. (K) Access to the refrigeration unit shall be provided by a lockable access door. (L) The overall size of the tank should be less than 20' long, less than 10' wide and less than 10' high. (M) Delivery of storage tank will be to the Pumpkin Neck Facility area (route 218), King George, VA 22448 between the hours of 7:00 a.m. 3:30 p.m. Award is to be made under the Simplified Acquisition Procedures. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ITEM WITH SPECIFICATIONS IS IDENTIFIED IN THE COMMERCE BUSINESS DAILY (CBD) NOTICE. DOD WILL NO LONGER AWARD CONTRACTS TO CONTRACTORS THAT ARE NOT REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. Registration may be done by accessing the CCR Web site at http://www.acq.sd.mil/ec. Registration may be done via dial up modem at (614)692-6788 (User ID: ccrpub: Password: pub2ccri). Any certified value added network (VAN) can be used for registration. A paper registration form may be obtained from the DoD Electronic Commerce Information Center at 1 (800) 334-3414. The request for proposal number is N00178-00-Q-1000. All responsible sources shall provide their proposal via fax to 540-653-7088, which shall be considered by the Naval Surface Warfare Center, Dahlgren Division, Dahlgren, VA 22448. All responsible sources will submit their CAGE CODE NUMBER, DUNS NUMBER, TAX IDENTIFICATION NUMBER AND CERTIFICATION THAT THEIR COMPANY IS LISTED IN THE CENTRAL CONTRACTOR REGISTRATION WEBSITE. Please furnish quotes to Code SD11, via fax, 540-653-7088 and reference the Quote Number. This procurement shall be awarded on an all or none basis. Award of this requirement shall be made to the contractor whose quotation offers the best value to the Government, considering price, technical including experience and ability to comply with stated specifications, and overall past performance (at least two references within the past two years shall be provided with the offeror's proposal. Contractors are encouraged to provide references for similar work as well as similar anticipated contract value). All items shall be shipped FOB Destination to the Naval Surface Warfare Center, Dahlgren Division, Dahlgren, VA 22448 with final destination delivery to Pumpkin Neck Facility Area, King George, VA 22448. Closing date is 15 October 1999. Anticipated award date is 22 October 1999. Posted 10/05/99 (W-SN389017). (0278)

Loren Data Corp. http://www.ld.com (SYN# 0251 19991007\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page