Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1, 2000 PSA #2718
SOLICITATIONS

W -- RENTAL OF 75 HP, AIR COOLED AIR COMPRESSOR UNIT

Notice Date
October 30, 2000
Contracting Office
Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590
ZIP Code
03801-2590
Solicitation Number
n00102-01-Q-1218
Response Due
November 9, 2000
Point of Contact
KM Barry,207-438-3866
E-Mail Address
Kathleen Barry, Contract Specialist (barrykm@mail.ports.navy.mil)
Description
This is a combine 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; proposals are being requested and a written solicitation will not be issued. This announcement is issued as N00102-01-Q-1218 and incorporates clauses effective through Federal Acquisition Circular 97-19. This acquisition is not reserved for Small Business, however, the bidder's size status may affect entitlement to award. The standard industrial classification (SIC) code is 7359 and the small business size standard is 500 employees. Item 0001C.1 The unit is to be a 75 HP, air-cooled High Pressure Air Compressor with appropriate air purification system to be able to deliver 15-20 CFH air at 5000 psig. The compressed air to be dried to a dewpoint of (-) 60 degrees F at atmospheric pressure. (+ 20 degrees @ 4500 psig), and contain not more than 1 ppm/w Oil Vapor in the final discharge air. The air compressor shall have not less than 5 compression stages with appropriate intercoolers and after cooler so as to provide discharge air temperatures of 100 degrees F or lower. C.2 The compressor/dryer assembly shall be complete operating unit as described in this section when delivered. C.3 The unit shall be electric motor driven at 460VAC, 60 Hertz, with a maximum motor speed of 1800 rpm. The motor to be suited for outdoor operation in 0 degrees F temperatures without the need for additional shelter. The motor is to be air cooled, totally enclosed and size shall be up to 100 HP. C.4 The air compressor shall be able to continuously compress free air to 5000 psig, and have a discharge capacity of 15 to 20 CFH @ 5000 psig. The unit shall be enclosed in a weatherproof enclosure. The air receiver shall be at least 1.5 cubic feet and shall be attached to the unit to eliminate short cycling of the compressor. The receiver shall have a pressure relief valve and manual drain valve installed. C.5 Compressor and Motor Controls and Safety Equipment shall be installed as part of the unit. These shall include, but are not limited to: high pressure stop switch, high temperature cutout switch, stage safety valves, low oil pressure cutout switch, overload circuit breakers or fuses. The compressor shall meet ASME power piping requirements and electrical components are to meet NEC requirements for service intended. Safety controls shall include a full voltage magnetic motor starter, indicators and safety shutdowns for compressor and air system protection. C.6 Individual State Condensate Drains both automatic and manual drain valves shall be installed, with a condensate collection system consisting of a 15 gallon or larger sump equipped with a manual drain valve. Automatic condensate drains may be either timed or level sensing. Manually operated drain valves are to be installed as a backup in case the automatic drain fails. C.7 Air Purification Equipment consisting of a moisture separator capable of being blown down manually; one or more oil/particulate filters (Coalescing oil/particulate filter(s) shall be capable of removing particulate matter as small as 15 microns. The filters shall contain replaceable cartridges and be comparable to CUNO Micro Clean Filter Cartridge No. 2278-B2 or U78-B2 or equal. An air drying method shall be installed to bring the final air quality to a dewpoint of minus 60 degrees F when measured at atmospheric pressure. Regenerative tower type dryers ARE NOT acceptable due to the excessive amount of controls and maintenance required on those devices. Air dryer assemblies shall be equipped with a back pressure-regulating valve (Priority Valve) at the discharge end of the dryer unit to prevent a large pressure drop across the air dryer assembly. C.8 All spare parts shall be furnished by the Contractor. The contractor shall be responsible for on site start up and all routine maintenance, i.e. change oil, filters, lubricant, coolant, etc. except for daily check of liquid levels. C.9 Equipment shall be delivered in first class operating condition with complete operating instructions. The equipment shall be wired electrically to enable a single point Shi0pyard connection. On the fin al high-pressure air discharge connection, the contractor shall have installed a inch IPS union tailpiece for connection to shipyard systems. The connecting tailpiece shall have 1 " 12 male threads on the union tailpiece so as to be adaptable to a shipyard furnished nut and tailpiece with the O-ring on it. C.10 The Contractor shall be responsible for equipment failure not arising out of abuse or negligence by the Government. Repair service shall be provided with twenty-four (24) hours after notification by the Contracting Officer or the Contracting Officer's representative. If the compressor is not restored to full operating condition with forty-eight (48) hours following the commencement of service, the Contractor shall provide an equivalent back-up compressor during repair town-time, provided the back-up compressor is at no additional cost to the Government C.11 The Contractor shall maintain a stringent maintenance program and be responsible for equipment failure not arising out of abuse or negligence by the Government. C.12 The Contractor shall provide a point of contract and telephone number for use in requesting service if a problem arises with the equipment. Name Telephone Location C.13 The Contractor must deliver the compressor within seven (7) days of notification (written/verbal) of delivery. C.14 The Contracting Officer and/or his/her representative are the only authorized personnel to modify the contract and/or delivery order(s). C.15 The Contractor shall be responsible for delivery & pick-up. All delivery is FOB destination. C.16 A rental period may be one week or several weeks depending upon duration of the project The period of performance is estimated at 13 weeks, beginning approximately 11/14/00 and running through 2/8/01. Equipment to be delivered to Pier 13, Lower Subbase Nlon, Groton, CT. The following clauses/provisions from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation (DFAR) apply: 52.212-1(October 2000), Instructions to Offerors -- Commercial Items; 52.212-2(January 1999), Evaluation -- Commercial Items -- items will be evaluated by the lowest price technically acceptable offer who meets all the requirements of the quotation and is otherwise eligible to receive an award; 52-212-3(October 2000), Offeror Representations and Certification -- Commercial Items; (note: anyone responding to this notice must provide these representations and certifications, as well as tin#, complete adddress/phone number, cage code and duns number. Contractors must be centrally contract registered. 52.212-4(May 1999), Contract terms and conditions -- commercial items; 52-212-5(Aug 2000), Contract terms and conditions required to implement statutes or executive orders -- commerical items; 252-212-7001(March 2000), Contract terms and conditions required to implement statues or executive order applicable to defense acquisitions of commercial items. These clauses can be viewed in full text at http://www.arnet.gov. Any questions pertaining to this quotation may be inquired to the below listed.
Record
Loren Data Corp. 20001101/WSOL001.HTM (W-304 SN5054M6)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on October 30, 2000 by Loren Data Corp. -- info@ld.com