|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 68 -- LIQUID NITROGEN STORAGE TANK SOL 40SBNB067043 DUE 071400 POC
Paul G. Cataldo, Contracting Officer, (301) 975-6332, or Anne
McFarlane, Contract Specialist, Tel (301) 975-4648, FAX (301) 963-7732,
e-mail anne.mcfarlane@nist.gov WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. THIS IS A COMBINED
SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH
THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL
INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE
ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN
SOLICITATION WILL NOT BE ISSUED. **** The National Institute of
Standards and Technology (NIST) has a requirement for a completely
self-contained 3,000 gallon capacity Liquid Nitrogen vertical Cryogenic
Storage Tank as follows: ITEM 1) Vendor shall submit a layout or
drawing showing floor space dimensions, pad specifications, anchor boil
locations and size, vessel weight and dimensions, and any other
information needed for construction of concrete pad. Vendor shall
provide a determination from Drawing Number C-01-063 of the suitability
of the existing pad to meet specifications of new tank. ITEM 2) Supply
of one completely self-contained 3000-gallon vertical cryogenic
storage container capable of providing an efficient method of supplying
liquid nitrogen for a variety of customer applications. Customer
station turnkey installation shall include: a) Inner vessel 304
stainless steel MAWP 150 lbs to 250 lbs; b) Vacuum / perlite insulation
with carbon steel outer vessel; c) Inner piping 304 stainless steel; d)
Dual safety relief valves and burst disk; e) Nitrogen CGA fill
connection extended approximately 16 feet from tank with support
brackets; f) Liquid level gauge with adjustable low level alarm; g)
Liquid fill piping circuit, with pressure building capabilities; h)
Certificate of warranty one year on piping and components, one year on
vacuum integrity; i) Delivery, unload and set-up on customer concrete
pad; j) Initial cold shock and fill of inner vessel; k) Operating
manual including parts list and illustrations; l) The overall vacuum
design shall result in the capability of achieving a vacuum chamber
pressure of less than 50 microns of mercury absolute when the tank is
at ambient air temperature. ITEM 3) The Vendor shall design, fabricate,
and install " x 2" vacuum jacketed piping system minimizing product
loss to < 1 % during the transfer of liquid nitrogen from tank
location to dewer filling station approximately 100 feet away. The
System shall include a vacuum jacketed valve at tank and at dewer
filling station on loading dock, and an extra valve at loading dock for
future use. Line shall be equipped with applicable safety relief
devices. The inner and outer piping shall be 304 stainless steel. The
Vacuum Annulus shall conform to the following: a) Spacers: The inner
pipe shall be supported within the jacket by a support system designed
to absorb thermal loads on the inner pipe when partially or completely
filled with product, minimize heat leakage, withstand any loads applied
during shipment, handling and after installation; b) Laminar radiation
shielding: The inner line shall be wrapped with alternating layers of
aluminum mylar and glass fiber insulation cloth. Heat leak
requirements, line size and type of fluid will dictate the number of
layers; c) Chemical gettering system: Every spool section shall have
molecular sieve installed on the cryogenic side of the multi-layer
radiation shield and palladium oxide attached to the warm side of the
vacuum space; d) Evacuation port: Each pipe spool piece vacuum chamber
shall be provided with a vacuum seal-off valve and over-pressure
safety relief device. The seal-off valve and safety relief device may
be furnished as one unit. Each valve and safety relief device shall use
Viton O-rings and shall be spring loaded to ensure vacuum integrity at
low ambient temperatures. The safety relief device plug and caps shall
be restrained so they cannot act as a projectile when activated; e)
Vacuum gauge tubes: Each pipe spool piece vacuum chamber shall be
provided with a thermocouple vacuum gage tube installed in the outer
jacket to provide for measuring the vacuum level. The vacuum gage tube
shall be a Hastings Model DV-6R or equivalent that provides a
measurement range of 0 -1000 microns of mercury absolute. A vacuum
isolation shall be provided between the vacuum gage tube and the vacuum
chamber. The entire assembly shall be provided with a suitable cover to
protect against accidental damage and for weather protection of the
electrical contact pins: f) Evacuation and "Bake-out": The vacuum
pumping system employed shall contain an LN2 trap upstream of all
pumping devices to prevent oil from backstreaming into the spool vacuum
space. During the mechanical pumpdown phase each spool will be heated
to an elevated temperature to accelerate out gassing of trapped
contaminants. The minimum elevated temperature shall be between 200
degrees F to 250 degrees F. The heating operation shall not cause
damage to or reduce the effectiveness of the insulation; g) Inspection
and testing: Pressure test: Each spool section shall be either
pneumatic pressure tested by the Vendor at 1.25 times the design
pressure or hydrostatic pressure tested at 1.50 times the design
pressure. Mass Spectrometer Test: A no leak indication with the mass
spectrometer set at 1 x 10-9 standard cc/sec. sensitivity will
constitute a successful test provided all weldments and seals have been
surrounded by an atmosphere of helium gas by bagging or spraying
techniques; h) Vacuum retention test: After completion of all pneumatic
or hydrostatic test, bake-out/pumpdown, and mass spectrometer
operations, the Vendor shall perform a vacuum retention test on each
spool. After a seven-day period the pressure in the vacuum annulus must
be < 15 microns of mercury absolute. The overall vacuum design shall
result in the capability of achieving a vacuum chamber pressure of less
than 0.1 microns of mercury absolute when the line is in its normal
cryogenic temperature operating condition. ****A site visit will be
conducted on June 22, 2000, meeting at 2:00PM in the Lobby of Building
235 on the NIST campus. **** A copy of Drawings C-01-063 and 4152 will
be made available at the site visit. Upon request, a copy of the
drawings may be picked up at the NIST Contracts office or mailed to
you. You may fax requests to (301) 963-7732. ****Delivery of Item One
is required 7 days after receipt of order (ARO). Delivery of items Two
and Three is required 70 days ARO, FOB Destination, Gaithersburg,
MD.**** This solicitation is being conducted under full and open
competition. Selection will be conducted using FAR Part 13, Simplified
Acquisition Procedures, Subpart 13.106-2, Evaluation of Quotations or
Offers.****The Government will make one single award from this
solicitation to the responsible vendor based on Best Value using a
price/technical tradeoff of the following: A) Technical Capability to
meet the specifications. Failure to meet the specifications will
preclude the Offer from further consideration; B) Past Performance
indicating ability to supply similar products and services and deliver
on time; C) Price. Technical capability and past performance, when
combined, are more important than price.******All Offerors shall submit
the following: 1) Two copies of the quotation; 2) Evidence of past
performance during the past three years for similar products and
services; 3) A copy of your most recent price list; and 4) A completed
copy of the provision at 52.212-3, Vendor Representations and
Certifications-Commercial Items which may be downloaded from
http://www.nist.gov/admin/od/contract/repcert.htm. ******Incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-15. The clauses 52.212-1 Instructions to Offerors --
Commercial Items, and 52.212-4, Contract Terms and
Conditions-Commercial Items apply to this acquisition. Also, the clause
at 52.212-5(a), Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items, applies to this
acquisition, including subparagraph (b)(11) 52.222-21, Prohibition of
Segregated Facilities; (b)(12) 52.222-26, Equal Opportunity; (b)(13)
52.222-35, Affirmative Action for Special Disabled Vietnam Era
Veterans; (b)(14) 52.222-36, Affirmative Action for Handicapped
Workers; (b)(15)52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era; (b)(17)(ii) 52.225-3 Buy American Act --
Trade Agreements Act -- Balance of Payments Program; (b)(22) 52.232-33
Payment by Electronic Funds Transfer -- Central Contractor
Registration. Copies of the above referenced clauses are available at
www.arnet.gov/far, or upon request to this office, either by telephone
or fax. The clause Department of Commerce Agency-Level Protest
Procedures Level Above the Contracting Officer can be downloaded from
the NIST Web Page located at
http://www.nist.gov/admin/od/contract/agency.htm. ****All offers should
be sent to the NIST, Acquisition and Assistance Division, Attn: Anne
McFarlane, Building 301, Room B117, 100 Bureau Drive Stop 3572,
Gaithersburg, MD 20899-3572. Fax copies are not acceptable. For
information, call the POC identified above. Submission must be received
by 3:00 p.m. Eastern Time on July 14, 2000. All responsible sources may
submit a quotation which will be considered. Posted 06/16/00
(W-SN465517). (0168) Loren Data Corp. http://www.ld.com (SYN# 0232 20000620\68-0002.SOL)
68 - Chemicals and Chemical Products Index Page
|
|