Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664

Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000

41 -- MOISTURE SEPARATOR SOL N00181-00-Q-0716 DUE 082500 POC Ingrid Pascall-Lopez, (757) 396-8835 WEB: pascalllopezi@nnsy.navy.mil, pascalllopezi@nnsy.navy.mil. E-MAIL: pascalllopezi@nnsy.navy.mil, pascalllopezi@nnsy.navy.mil. FISC, Norfolk Naval Shipyard, (NNSY) Annex, has a requirement for Moisture separator. The government intends to make a single award, firm fixed priced contract for three line items. Line Item 0001: Moisture Separator, overall size including flange and drain pan is 26.000" High X 38.500" Wide. Face opening size=20.000" High X 29.000" Wide. BHD opening size=23.000" High X 35.500" Wide. Line Item 0002 Moisture Separator, overall size including flange and drain pan is 26.000" High X 51.000" Wide, face opening size=16.500" High X 45.000" Wide, BHD opening size=23.000" High X 48.000" Wide. Line Item 0003: Moisture Separator, overall size inclduing flange and drain pan is 61.000" High X 73.000" Wide, face opening size=51.500" High X 67.000" Wide, BHD opening shize=58.000" High X 70.000" Wide.Ordering Data for Line Item 0001 through 0003 is as follows: (1). UNIT SHALL BE CONSTRUCTED COMPLETELY FROM 316L STAINLESS STEEL. (2). STAINLESS STEEL 316L WELDS ARE NOT REQUIRED TO BE ANNEALED. (3). SEPARATORS SHALL HAVEA 5 " DEEP DRAIN TROUGH WITH ONE NIPPLE, 2.000"NPS x 1.500" LONG, INSTALLED IN THE BOTTOM CENTER. ( 4) FINISH OF UNIT TO BE PRIMER COAT; EPOXY POLYMIDE TYPE 3, FORMULA 150, MIL-P-2441/20, GREEN COLOR 24272. TOP COAT; FORMULA 151, MIL-P-2444/21, HAZE GRAY, COLOR 26270 OR DEVOE 235 BAR RUST NO. 235-K-2904, (W/VENDOR RECOMMENDED PRIMER. (5). VANES ARE TO BE CONSTRUCTED OF A SINGLE STAGE SYSTEM SO THAT A HIGH EFFICIENCY OF GREATER THAN 95% AT REMOVING 10 MICRON SIZE LIQUID DROPLETS OR GREATER IS ACHIEVED (AT A LIQUID LOADING RATE OF 40 PPM) @1600 SCFM. (6). LOW PRESSURE DROP AS SPECIFIED IN TECHNICAL REQUIREMENTS FOR EQUIPMENT, NOT TO EXCEED 0.253 INCHES OF WATER AT 950 FPM AND 0.3016 INCHES OF WATER AT 1000 FPM AND .414 IN OF WC @1255 FPM. (7). SEPARATOR WILL BE DESIGNED TO MEET THE SHOCK REQUIREMENTS OF MIL-S-901C, GRADE A. (8). CONSTRUCTION MEETS UL 900 CLASS 1 FIRE RATING. (9). UNIT SHALL HAVE A 2.000" x 1.5000" ANGLE FRAME WELDED ON FACE OF INLET SIDE FOR MOUNTING PURPOSES (2.000" PART OF ANGLE TO BE ON INLET FACE SIDE). ANGLE SHALL BE PRE DRILLED ON INLET FACE SIDE WITH 0.438" DIA HOLES EQUALLY SPACED NOT LESS THAN 3.000" APART AND NOT GREATER THAN 7.000"APART. (10). UNIT SHALL HAVE A BOLTED DRAIN CHANNEL ACCESS INSTALLED AT EACH DRAIN NIPPLE LOCATION (ACCESS TO BE ON OUTLET SIDE OF SEPARATOR UNIT). ACCESS TO BE OF CRES 316L CONSTRUCTION AND NOT LESS THAN 7.000" WIDE. (HEIGHT TO MATCH DRAIN TROUGH) ACCESS SHALL BE SEALED BY MEANS OF A NEOPRENE GASKET (60 DUROMETER, 0.125" THICK). (11). UNIT SHALL HAVE PADEYES FABRICATED FROM 316L CRES AND WELDED TO EACH CORNER OF UNIT (4 MINIMUM) TO BE USED FOR RIGGING UNIT INTO PLACE. (12). UNIT SHALL HAVE A MANUFACTURERS LABEL PLATE INSTALLED ON THE INLET SIDE OF UNIT (FACE OF DRAIN TROUGH AREA) AND AT A MINIMUM INCLUDE THE FOLLOWING: a) MFR NAME, ADRESS AND PHONE NO. (b) VANE UNIT SHIPBOARD IDENTIFICATION NO.(c) WEIGHT OF UNIT. (d) OPEN FACE AREA, VELOCITY AND PRESSURE LOSS OF UNIT. (13). PACKING TO BE LEVEL "C". (14). VENDOR DWG SHALL BE SUPPLIED TO NNSY WITHIN TWO WEEKS ARO FOR APPROVAL/REVIEW PRIOR TO FABRICATION. (15). PEERLESS PART NUMBER D068-0000 REV.- WITH P2-XLP VANES OR EQUAL. IMPORTANT NOTICE: DFARS 252.204-7004 " Required Central Contractor Registration" applies to all solicitations issued on/ after 6/1/98. Lack of registration in the CCR database will make an offer/quoter INELEGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. Delivery is required by 2 October 2000. Offers shall include manufacturer, payment terms, and anticipated delivery. This is a COMBINED/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; proposals are being requested and written solicitation will not be issued. Solicitation Number N00181-00-Q-0716 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and the Defense Federal Acquisition Change Notice 2000731. FAR 52.203-6, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.246-2, and 52.247-34 and DFAR 252.212-7001, 252.225-7000 and 252.225-7012 apply to this acquisition. All items are to be delivered to NNSY, Receiving Officer, Bldg 276, Portsmouth, VA 23709-5000. Inspection/Acceptance at destination. Offeror shall include a completed copy of the provision at 52.212-3 Offer and Representation and certification-commercial items. A copy of clause is available upon request. Offer shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, delivery schedule, the NNSY Red, Yellow and Green Program (Local provisions available upon request) and satisfactory past performance record. Standard industrial code is 3569. Business size standard is 500 employees. This procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc). But must include the following information: (1) Company's complete mailing and remittance address; (2) Discounts for prompt payment; (3) Anticipated delivery of material; (4) Cage Code; (5) Dun & Bradstreet Number (DUNS); (6) Taxpayer ID number; (7) Location of manufacturing facility. . Important Internet addresses (1) Federal Acquisition Regulation (FAR) http://www.arnet.gov/far/. (2) Defense Federal Acquisition Regulation (DFAR)http://www.acq.osd.mil/dp/dars/dfars/dfars/html/. All quotes must be received not later than 1:00pm 25 August 2000. Questions/responses to this solicitation should be addressed to Ingrid Pascall-Lopez, at 757-396-8835 or mailed to Fleet &Industrial Supply Center, Norfolk Naval Shipyard, Annex, Code 532.PL, Ingrid Pascall-Lopez, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000 Posted 08/11/00 (W-SN485068). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0246 20000815\41-0002.SOL)

41 - Refrigeration, Air Condition and Air Circulating Equipment Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com