SOLICITATION NOTICE
43 -- portable compressor
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Usepa R8 T&Ms Grants Audits & Procurement Program, 999 18th St Ste 300, Denver, CO 80202
- ZIP Code
- 80202
- Solicitation Number
- RFQ-CO-03-00027
- Response Due
- 9/12/2003
- Archive Date
- 10/12/2003
- Point of Contact
- Point of Contact, Maureen Martin, Purchasing Agent, Phone (303) 312-7089
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(martin.maureen@epa.gov)
- Description
- NAICS Code: 333912 This requirement is restricted to Small Businesses only. 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. This solicitation is issued as Request for Quotation No. RFQ-CO-03-00027. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The following specs are for a portable breathable air system Questions should be forwarded to Maureen Martin at martin.maureen@epa.gov. No phone calls will be accepted. Questions must be received by close of business, September 5, 2003. Answers will be posted online at http://www.epaosc.org/region_list.asp?region=8. Click on the Site name Air Compressor FAQs. General Arrangement: The system will be mounted on a highway ready trailer. Actual dry weight should not exceed 7500 lbs. The complete system shall be factory assembled and tested to assure quality and reliability. Compressor: The vendor will provide a four stage, air-cooled compressor rated for continuous duty at 6000 psig with a charging rate of no less than 20 cfm. Power: The system shall be powered by a diesel engine. It may incorporate either a direct drive connection between the diesel engine and compressor, or a dual drive type configuration (diesel GenSet/electric motors) as long as proper fail-safe isolation of power sources is provided. If both systems are available, provide a quote for both systems. Purification System: The purification system shall have a working pressure rating of no less than 6000 psig, and be capable of processing no less than 30,000 cubic feet of air between cartridge changes (daily changes during 24/7 operation). The delivered air shall meet CGA grade E quality. Delivered product should also include 3 extra sets of filters. Control System: The system shall include all necessary controls to monitor system performance. As a minimum, the control system shall incorporate the following: -High-pressure shutdown -High air temp shut down -Compressor low oil shutdown -Elevated Carbon Monoxide warning and shutdown Air Storage System: Storage System shall consist of either DOT or ASME storage cylinders, with a total storage capacity of not less than 1,800 cubic feet. The Storage system interconnecting piping shall be configured such that it may be used as a Cascade system supplying up to four personnel. SCBA Fill Station: The fill station shall permit the safe filling of two SCBA cylinders simultaneously. The fill station shall be capable of filling Scott, MSA, SurviveAir, and Draeger cylinders. The fill station control must include the following: -SCBA fill control valve (2) -SCBA fill pressure gauge (2) -Pressure gauge and flow control valve for each storage cylinder, arranged such that each cylinder can be filled or drawn down independently. -Bypass valve that allows SCBA cylinders to be filled directly from the compressor. Past Performance: Vendor needs to provide information that they have performed satisfactory work for one or more of the following (and provide references/contact information): -hazmat units or fire departments -state or federal government entities, such as a national guard CST, state health department or U.S. Military unit/base Evaluation Criteria: Quotes will be evaluated first on meeting the minimum qualifications set forth above. Units that meet all of the minimums will then be evaluated for the highest charging rate, largest storage capacity, largest air treatment capacity between filter changes, and lightest trailer dry weight, respectively. EPA intends to award this requirement to the vendor who best meets the technical requirement at the lowest price. Offerors must include sufficient material to permit the Government to determine that the proposed equipment will meet or exceed the technical specifications above. Delivery Acceptance Criteria: Vendor will demonstrate operation of unit upon delivery. System must successfully fill one Scott and one MSA cylinder simultaneously in under 2 minutes. It must also successfully operate as a cascade system, supplying up to four personnel on air-lines (customer will supply airlines, respirators, and personnel). Vendor must also demonstrate that each storage bottle can be filled or drawn down independently of the other bottles. Delivery Timeline: Delivery of the product should occur no later than October 30, 2003. The following Federal Acquisition Regulations (FAR) can be found at: http://www.epa.gov/oam/rtp-cmd. Provision at 52.212-1, Instruction to Offerors-Commercial Items, applies to the acquisition. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be included with the offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in Clause 52.212.-5 are applicable to this acquisition: 52-222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52-222-19, Child Labor Cooperation with Authorities and Remedies; 52-225-1, Buy American Act-Balance of Payments Program-Supplies; Payment by Electronic Funds Transfer. Quotations must be receive by close of business September 12, 2003. Submit 2 copies of your quotation, not to exceed 20 pages to martin.maureen@epa.gov or US EPA Region 8, ATTN: 8TMS-G/M. Martin, 999 18th St., Ste. 300, Denver, CO 80202-2466
- Record
- SN00414181-W 20030829/030827214325 (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 |