Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

39 -- Double Wall Day Tanks

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
 
ZIP Code
58205
 
Solicitation Number
Reference-Number-F4MCES32320100
 
Response Due
9/3/2003
 
Point of Contact
Matt Sanders, Contract Specialist, Phone (701) 747-5286, Fax (701) 747-4215, - Queen McCartney, Contract Specialist, Phone (701) 747-5287, Fax (701) 747-4215,
 
E-Mail Address
matt.sanders@grandforks.af.mil, queen.mccartney@grandforks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR SubPart 12.6. The 319th Contracting Squadron at Grand Forks AFB, ND intends to award a purchase order for the purchase of 3 EA 50 Gallon Double Wall Day Tanks, 6 EA 75 Gallon Double Wall Day Tanks, and 4 EA 100 Gallon Double Wall Day Tanks. All tanks are Tramont TRS Series OR EQUAL Requirement is as follows: A. Manufacturer Qualifications Manufacturer shall have a minimum ten years' experience in the design and construction of Underwriters Laboratories (UL) listed day tank systems. B. Construction Day tank shall be Tramont Model TRS or approved equivalent, and constructed in accordance with Underwriters Laboratories Standard UL-142. The day tank shall also be constructed in accordance with Flammable and Combustible Liquids Code, NFPA 30; and The Standard for Installation and use of Stationary Combustible Engine and Gas Turbines, NFPA 37. Day tank shall be made of heavy gauge steel construction. Tank shall include removable, nonconductive top cover for indoor applications. Tank shall be coated with rust inhibitor inside, primed and finish painted outside. The tank shall include the following fittings: ? 1 inch NPT engine supply ? 1 inch NPT engine return ? NPT fitting for emergency vent, sized as appropriate ? 1 inch NPT overflow ? 1-1/4 inch NPT normal vent ? 4-1/2 inches square inspection port below electrical controls The tank shall be provided with atmospheric (normal) vent cap with screen and appropriately sized zinc-plated emergency vent cap. Emergency vent cap shall be spring-pressure operated. Opening pressure shall be 0.5 psig; full opening pressure 2.5 psig. Limits shall be marked on top of each vent. C. Fuel Containment Basin The day tank shall include a welded steel containment basin to prevent escape of fuel into the environment in the event of a tank rupture. The basin shall be primed and finish painted. Double wall basin: The basin shall consist of a welded heavy gauge steel structure sized at a minimum of 150% of the tank capacity. The basin will include a welded steel top with an appropriately sized NPT fitting for emergency vent, and appropriately sized zinc-plated emergency vent cap. Emergency vent cap shall be spring-pressure operated. Opening pressure shall be 0.5 psig; full opening pressure shall be 2.5 psig. Limits shall be marked on top of each vent. D. Leak Detection System A leak detector switch shall be wired into the electronic control module (ECM). This will shut down the supply pump and motor in case of a fuel leak into the containment basin. E. Electronic Control Module (ECM) The electronic control module (ECM) shall be Tramont System 2000PLUS(TM) or approved equivalent. The system shall have a single electrical analog float sensor to provide level signal to the ECM. The following shall be provided as part of the system: ? LED fuel level indicator ? High fuel level warning (activates at 106% of tank capacity) ? Low fuel level warning (activates at 62% of tank capacity) ? Critical low level warning (activates at 6% of tank capacity) ? Fuel in basin alarm ? Pump control (Pump on at 87% of capacity, off at 100% of capacity) ? ECM functional signal All warnings shall provide contacts for remote annunciation (3 amp @ 120 VAC). All signals and warnings shall be indicated by LED lights. All warnings shall be provided with normally open and normally closed contacts for remote annunciation. The ECM shall be capable of being manually controlled with On, Off, and Test buttons. A secure internal test button shall be provided to verify relays' functionality. The system shall be UL-508 listed. Electrical characteristics shall be 120 VAC, 1 phase, 60 Hz. F. Pumps The tank shall include a fuel oil pump to draw fuel oil from the main tank to the day tank. Pump capacity shall be sized as appropriate and provide a minimum of 17 feet of vertical lift at sea level. A motor shall be provided of sufficient horsepower to operate the pump; electrical characteristics designated as appropriate. This acquisition will be accomplished in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures (SAP) and will be based on competitive quotes. This acquisition is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 332420; size standard of 500 employees. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site. Web address is http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors ? Commercial, 52.212-4, Contract Terms and Conditions ? Commercial, applies to this acquisition. Offerors must include with their quotation a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items (June 2003) and DFARS 252.212-7000, Offeror Representations and Certification, Commercial Items (Nov 1995). In accordance with DFARS 252.204-7004, Required Central Contract Registration (Nov 2001), prior to receiving any contract award, contractors must be currently registered in the Central Contractor Registration (CCR) database. Contractors can obtain further information on the CCR database at the web site http://www.ccr.gov. This announcement constitutes the only solicitation; quotations are being requested, and a written (paper/hard copy) solicitation will not be issued. Fax or email quotations/proposals to 701-747-4215, Attention: SSgt Matt Sanders, email: matt.sanders@grandforks.af.mil. Quotation/proposals must not be received no later than close of business (4:00 p.m. C.S.T.) on Wednesday, 3 Sep 2003.
 
Place of Performance
Address: Grand Forks AFB, ND
Zip Code: 58205
Country: USA
 
Record
SN00413787-W 20030829/030827213811 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.