Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 205 S 6th St, Bldg 318, Altus AFB, OK, 73523-5147

35 -- AIR COMPRESSOR, PURCHASE AND INSTALL SOL 00QQ013 DUE 081000 POC Esther Renfro, Contract Specialist, Phone 580-481-7321, Fax 580-481-5138, Email Esther.Renfro@altus.af.mil -- Leo Baseggio, Chief, Base Support Flight (A FLT), Contracting Officer, Phone 580-481-7261, Fax 580-481-7472, Email leo.baseggio@altus.af.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=00QQ013&LocID=513. E-MAIL: Esther Renfro, Esther.Renfro@altus.af.mil. 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 request for quotation is conditional upon receipt of year-end funds, which, although anticipated, are not currently available. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS SOLICITATION. A quotation is being requested and a written solicitation will not be issued. Solicitation number F34612-00-QQ013 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This acquisition is 100% set-aside for Small Business and is under Standard Industrial Classification code 3563, with a small business size standard of 500. STATEMENT OF WORK, PURCHASE AND INSTALL AIR COMPRESSOR FOR OXYGEN BOOSTER UNITS BLDG 323 1. GENERAL: [1.1]Install 1 each air compressor for the oxygen booster units. Work will include; installation of air compressor, air dryer, piping, electrical connection to new compressor, point of use filters and flexible hose connection to booster units. Contractor shall provide all plant, labor, travel, material, supervision, and administration necessary to purchase and install the new air compressor and accessories. 2. PERFORMANCE TIME: [2.1]Normal duty hours are from 7:30AM to 4:30PM, Monday through Friday. 3. MATERIAL SPECIFICATIONS: [3.1] Air compressor: The air compressor is required to deliver a minimum of 80 cubic feet per minute (CFM) and maximum air pressure at 175PSI. Air compressor capacity shall be 120gal. Unit shall be self-contained with air cooled after-cooler, low oil level switch, automatic condensate valve and NEMA 1 motor starter mounted and wired. (An INGERSOLL-RAND model # 3000e25 special or approved equal.) [3.2] Refrigerated air dryer: The air dryer shall be rated at 100scfm and have a maximum operating pressure of 250psig, the unit shall use 120vac. (An INGERSOLL-RAND model # DXR100 or approved equal. ) [3.3]High efficiency filters: Contractor shall install a high efficiency point of use filter. The filter shall have a capacity of 100 scfm, maximum pressure at 250psi, and an automatic drain included. Filter assembly shall remove liquid aerosols down to 0.001 ppm by weight and particulate matter to 0.01 micron. (An INGERSOLL-RAND Model # IR100CHE or approved equal.) 4. INSTALLATION: [4.1] Contractor shall anchor air compressor on existing concrete pad with vibration isolators, and/or pads, a minimum of 12" clearance around the compressor for air circulation shall be maintained. Contractor shall install compressor and drier drain lines to mechanical room floor drain, piping shall be hard copper tubing, sized per manufacture specifications. [4.2] Piping: Contractor shall install schedule 40 black steel pipe for air distribution. Pipe shall be sized for required application to the equipment. Pipe penetrations through walls or ceilings shall be larger than the penetrating pipe. Openings and penetrations through concrete or block shall be sleeved for the pipe, and sealed with fire retardant material. Pipe shall be supported every 10ft vertical and/or horizontal. Standard port ball valves rated no less than 600psi shall be used where indicated on drawing for by-pass purposes. Pipe unions shall be installed where disassembly of equipment or repair is required. A regulator shall be installed to regulate the supply air pressure to the point of use stations. Point of use air stations shall have a down stream particulate filter with by-pass and a 0-300PSI, 2" face air gauge. The end connection to the booster equipment shall be flexible air hose rated not less than 300PSI with 12" male couplers to connect air station to the equipment. All piping shall be flushed and leak tested before unit is put into operation. [4.3] Electrical: Contractor shall install the electrical power requirements into an existing 50amp 480vac breaker in Panel MDPB. An approved and rated safety switch shall be installed in close proximity to the air compressor for disconnecting power to the unit. The contractor shall install 120vac receptacle for the refrigerated air dryer. All electrical work; wiring, grounding and conduit installation shall be installed by NEC, NFPA standards. 5. CONTRACTOR RESPONSIBILITIES: [5.1] Contractor shall become familiar with the work and verify all field measurements for work to be accomplished to include: piping measurements, fittings needed, and other necessary components/accessories to provide a complete and operational system. Contractor shall coordinate with the Base fire department for welding permits. [5.2] All work shall be accomplished utilizing the following references: ARI ANSI/ARI 410, AMCA ANSI/ANCA 210, ABEMA Std 9, ABEMA Std 11, ASTM A36, ASTM A123, ASTM A167, ASTM A176, ASTM A596, ASTM A924, ASTM B117, ASTM B209, ASTM B696, ASTM Bd1654, ASTM E437, NEMA MG 1, SSPC Paint 16, SSPC PS 10.01, UL 94, UL 507, UL 746c, UL 900, ASHRAE, the NEC and the NFC. [5.3] Contractor shall provide all tools, equipment, materials, and labor to accomplish the job. [5.4] Contractor shall maintain a normally safe working area, and remove all debris from Altus AFB on a daily basis. [5.5] There is no asbestos material or lead based paint in the existing system, and no asbestos or lead based paint is allowed in the installation of the new system. [5.6] Contractor shall provide users with operational maintenance training and 4 ea. copies of O&M manuals. 6. Site Visit: [6.1] August 4, 2000, all interested parties are to meet at conference room Bldg 318, Altus AFB, OK at 3:00pm. Please send any questions or requests to 97CONS/LGCA, ATTN: Esther Renfro, 205 S. 6th St. Bldg. 318, Altus AFB, OK 73523-5147. You may also call P.O.C. at (580) 481-7261, send a fax to (580) 481-7472, or email at Esther Renfro@altus.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, (Nov 1999). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 205 s. 6th St Bldg. 318, Altus AFB, OK 73523-5147 at or before 1630 (4:30 p.m.) CST, 31 July 2000. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-7472. Offers on this acquisition shall be evaluated on the basis of price factors only. The government reserves the right to make award without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2000) with the quotation. If a copy of the provisions is needed, please request from Mrs. Renfro, and a copy will be faxed. FAR clause 52.212-4 (May 1999), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Mar 2000). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2000) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-3, Convict Labor (E.O. 11755), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era, 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-18, European Sanctions for End Products (E.O. 12849), 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), DFARS 252.225-7001 Buy American Act and Balance of Payments Program, (41 U.S.C. 10a-10d, E.O 10582). A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. THIS IS AN UNFUNDED REQUIREMENT. THE PHONE NUMBER FOR THE PRIMARY POC, ESTHER RENFRO, IS CURRENTLY (580) 481-7261, NOT THE NUMBER LISTED BELOW. Posted 07/25/00 (D-SN478412). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0477 20000727\35-0002.SOL)

35 - Service and Trade Equipment Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com