|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1999 PSA#2461US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA
99133 48 -- PNEUMATIC OPERATOR & POSITIONER SOL 00SQ170374 DUE 111299 POC
ERROR -- gwyn anderson 509 633 9532 E-MAIL: operator & positioner,
gwanderson@pn.usbr.gov. This is a combined solicitation/synopsis for
commercial items prepared in accordance with the format FAR Subpart
12.6, as supplemented with additional information included in this
notice. Solicitation No. 00SQ170374 is issued as a Request for
Quotation (RFQ) and incorporates provisions in effect through Federal
Acquisition Circular 97-14. This acquisition is a Small Business
set-aside. The size standard is 500 employees and the standard
industrial classification code is 3494. U.S. Bureau of Reclamation,
Grand Coulee, Washington has a fixed price requirement for the
following item: CLIN 001 -- Pneumatic operator and positioner to be
used on 24" Grinnell butterfly valves model 8000 which control drumgate
level via the chamber discharge. The operator shall be pneumatic double
piston and rack or scotch-yoke type. It shall provide 90 rotary motion
to the valve. Motion in both the open and close directions shall be
pneumatically driven. Torque applied to the valve shall be a minimum of
14,500 in-lbs with an actuator supply air pressure of 50 psi. The
operator shall have a minimum safe working pressure of 120 psi. Air
volume to stroke the operator shall be between 450 and 600 cubic
inches. The space limitations within which the operator/positioner
shall fit as viewed looking toward the "top" end of the valve stem are
as follows: less than 13" to the right; less than 32" down; less than
36" to the left; less than 42" up; less than 30" out beyond the valve
to operator coupling flange. The positioner shall use a 4-20 mA input
signal and convert it to the corresponding 0 -- 90 valve position.
Zero shall be the valve closed position. A 90 rotation clockwise as
viewed form the top of the valve stem looking down shall be the valve
full open position. Zero and span adjustments shall be provided in the
positioner for in field precise tuning of the positioner/operator to
the existing valve. Gain shall be between 500 and 1000. Resolution
shall be 0.25% of span minimum. Repeatability shall be 99.75% of span
minimum. Deadband shall be less than 0.15%. Linearity shall be 1.0% of
span minimum. Air delivery to operator shall be a minimum of 15 scfm
at 80 psi. Air consumption within positioner shall be a maximum of 0.8
scfm at 80 psi. The enclosure shall conform to a NEMA 4X; watertight,
dusttight, and corrosion resistant. The positioner/operator shall
include a 4-20mA output transmitter indicating valve shaft position in
degrees open and covering the entire 0 -90 range. Adapter and mounting
hardware for installing the positioner/operator onto the existing 24"
Grinnell butterfly valve shall be included. For LOCKOUT-TAGOUT safety
requirements, a mechanical locking mechanism which can be padlocked in
the valve closed position shall be provided. This locking mechanism
shall restrain the operator from opening the valve without any
component failure. The 24 Grinnell butterfly valve has a 2-1/2" stem OD
with a 5/8" keyway. The stem extends 4-1/2" beyond the flange
connecting surface to the operator. This flange is 8" square and has
4mounting bolt holes 15/16" in diameter on a 6" square pattern.
EL-O-MATIC operator type PDA-2500-A or equal and Positioner VRC Valve
Related Controls P/N VE900G or equal. -- 11 each. Please state Brand
Name, Model of the pneaumatic operator and postitioner that you are
bidding. If bidding an equal, technical literature will be required for
review prior to award. The items must be delivered to U S Bureau of
Reclamation, Warehouse B -- Door 6, Industrial Area, Grand Coulee WA
99133 by December 31, 1999. The following FAR provisions and clauses
apply to this acquisition: 52.212-1 Instructions to Offerors --
Commercial Items (JUN99), 52.212-3 Offeror Representations and
Certifications -- Commercial Items (JUN 99), 52.212-4 Contract Terms
and Conditions -- Commercial Items (MAY 99), 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (MAY 99), and 52.247-34 F.O.B. Destination (NOV 91).
Clause 52.212-5, paragraph (b) is tailored to incorporate the following
clauses by reference: 52.219-6, 52.222-21, 52.222-26, 52.222-35,
52.222-36, 52.222-37, and 52.225-3. The Government intends to make a
single award to the responsible bidder whose bid is most advantageous
to the Government, based on items meeting the specification, delivery
schedule, and price and price-related factors considered in descending
order of importance as listed here. The closing date for receipt of
offers is November 12, 1999. Offers are to be mailed to the following
address: Bureau of Reclamation, Code 7810, P O Box 620, Grand Coulee WA
99133-0620. All sources responding to this Request for Quotation shall
do so in writing. All sources responding to this synopsis shall submit
information relating to business status, including identification as to
whether small, large, minority-owned, and/or women-owned. Include
Federal Tax Identification number and DUNS number on your bid. All
responsible sources may submit a bid, which will be considered by this
agency. This solicitation is also available via e-mail in Word Perfect
8 format by e-mailing your request to gwanderson@pn.usbr.gov. Posted
10/21/99 (W-SN393868). (0294) Loren Data Corp. http://www.ld.com (SYN# 0196 19991025\48-0004.SOL)
48 - Valves Index Page
|
|