Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625

National 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