SOLICITATION NOTICE
66 -- Cascade Refrigerated Cold Trap and Vacuum Pump Unit
- Notice Date
- 2/21/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- 08SP101692
- Response Due
- 3/26/2008
- Archive Date
- 2/20/2009
- Point of Contact
- Julie Mathews Contract Specialist 2083785200 jmathews@pn.usbr.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Reclamation (BOR), PN Region, has a requirement for one Cascade Refrigerated Cold Trap and Vacuum Pump Unit, which will be used to intercept moisture for collection and measurement during evacuation and dry-out of project power transformers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FEDERAL ACQUISITION REGULATION (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. The Request for Proposals (RFP) is being issued as 08SP101692; and proposals (including the offeror's electronically completed annual representations and certifications via the ORCA website at http://orca.bpn.gov) are due March 26, 2008, 4:30 PM, MST. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. This acquisition is SET ASIDE FOR SMALL BUSINESS. The applicable North American Industry Classification System (NAICS) Code is 334513 and the size standard is 500 employees. Contact Julie Mathews at 208-378-5200 or jmathews@pn.usbr.gov. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) past performance (3) Delivery time: proposed delivery schedule after receipt of order; Manufacturer _____________________________; Warranty Terms ___________________________; Assigned Part Numbers (if any) _____________________________________; (4) price. Technical capability, past performance, delivery time, manufacturer, warranty terms, and assigned part numbers when combined, are significantly more important as price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (must be registered at http://orca.bpn.gov); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (b) is tailored to incorporate the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); FAR 52.219-6 , Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on subcontracting; (FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun3 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.223 3, Hazardous Material Identification and Material Safety Data (Jan 1997) Alternate I (Jul 1995); FAR 52-232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR clauses are available in full text at http;//www.arnet.gov/far. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of Julie Mathews at 208-378-5108 or jmathews@pn.usbr.gov. To take advantage of business opportunities with BOR and DOI you must register your firm with Central Contractor Registration (CCR) at http://www.ccr.gov. The Bureau of Reclamation has a requirement for one (1) Cascade Refrigerated Cold Trap and Vacuum Pump Unit: The unit will be a dual stage, cascaded, refrigerated cold trap, with defrost cycle and vacuum pump with booster pump, oil trap, vacuum controller with digital readout and air operated isolation valve shall be provided and installed on a steel frame, skid module. The cold trap vacuum pump module shall be a system designed to intercept moisture for collection and measurement during evacuation and dry-out of power transformers. The cold trap shall be located upstream of the vacuum booster pump and oil trap. It shall meet the following requirements with the salient characteristics listed. Requirement: CLIN 001: System Components: a. (1) cascade refrigeration system reaching a temperature of -65C or below. The unit capacity shall be at least 5000 BTU/hour. The final condenser stage shall be air cooled and all other cooling stages shall be closed loop cooled. b. (1) white epoxy coated vacuum chamber 18-inch in diameter with twin (2) stainless steel collection plates and clear, Lexan cover, heat tracing on outside of chamber, water drain and collection system. c. (1) the cold trap vacuum manifold shall be 4-inch in diameter, with inlet, outlet, and bypass 4-inch full vacuum rated butterfly valves conveniently located for manual operation. d (1) dry compressing screw (oil less) vacuum pump with a minimum capacity of 170 cfm. e. (1) vacuum booster pump with internal bypass having a minimum capacity of 1400 cfm. The pump shall be capable of reaching a vacuum of 2 microns. f. (1) 4-inch full vacuum rated butterfly valve with pneumatic actuator and fail safe to the closed position to function as the isolation valve. g. (1) oil trap with viewing window and on-line drainable reservoir and level switch which will automatically stop the system and close the isolation valve should the potential for oil carryover be imminent. h.(1) vacuum controller with digital readout for measuring down to 2 microns or lower - Grandville Philips 375 or equal. i. The manufacturer shall warranty the unit to be free from defects in workmanship and materials for a period of 1 year. If a defect is found the manufacturer shall repair or replace the component at the discretion of the manufacturer. The warranty period shall begin upon Government acceptance of the unit. Should any manufacturer's standard warranty differ from the conditions above the contractor shall include those variations with their proposal. (j) Proposed delivery schedule (delivery, acceptance, and FOB) will be: Bureau of Reclamation, Warehouse B, Grand Coulee, WA 99133; k. (3 minimum) references for like items: including name, company affiliation, and contact phone number with extension, for past performance rating. Salient Characteristics: (a) Design/Operating Pressure (internal): Full vacuum + 5 psig/full vacuum (at least down to 2 micron). (b) Design/Operating Termperature: +5C to -90C/65C to + 4C. (c) It shall be capable of reaching an end temperature of -65 C from a starting point of 10 C within 20 minutes, for collection and measurement of moisture removed from the transformer. (d) It shall have a heated defrost cycle for rapid collection of the moisture from the collection plates. All heating and cooling of the plate coils are to be performed by the circulating fluid. All cooling system controls are to be interfaced into one main chiller control. (e) The system shall be designed such that, at anytime during the dry-out process, the vacuum chamber containing the plate coils can be isolated and the unit can be put on heat mode to defrost the plates and drain the resulting fluid for measurement, without stopping the vacuum drying process. (f) The cold trap's controls, alarms, and moisture measurement function shall be on a central control panel that shall be capable of displaying temperature of the cooling/heating clued via a digital readout. Simple pushbutton controls for setting temperature setpoint shall be provided. The system shall automatically switch between chilling function and defrost function based upon temperature setpoint. (g) The cold trap vacuum manifold shall be 4-inch in diameter, with inlet, outlet, and bypass 4-inch full vacuum rated butterfly valves conveniently located for manual operation. The bypass valve shall allow the transformer vacuuming process to continue while the old trap is isolated for defrost function moisture collection. The inlet connection shall be an ANSI 4-inch 150 pound flange for connecting the unit to the transformer via Government furnished hose. (h) The system is to operate from 480 volt 3 phase 60 hertz 80 amp power supply and should have a suitable 50 foot power cable and electrical disconnect switch. (i) The cascade refrigeration and cooling system shall be mounted on an independent frame with 4 adjustable air springs securing it to the main steel frame module. The cold trap, vacuum pump module shall be mounted on a steel frame with fork lift slots and lifting eyes for crane sling attachment. The total weight of the module skid mounted shall be less than 5500 pounds. The module shall not exceed the following dimensions: 10 ft. long by 5 ft. wide by 7.5 ft. high. The module shall be moveable by either fork lift or crane. (j) The system shall have an air operated fail safe closed butterfly type vacuum rated isolation valve installed upstream of the vacuum pumps. This valve shall be fail safe closed and will automatically close on power loss to protect the transformer from vacuum loss. A suitably sized air compressor shall be supplied for the pneumatic control circuit along with a connection so that bottled or plant air can be used as an alternant air source. (k) A Grandville Phillips 375 Convection or equal vacuum controller with gauge tube shall be provided. The gauge tube shall be located upstream of the pneumatically operated isolation valve. (l) An external stack light indicator system shall be provided. The system shall indicate white for control power on state, green for system running state, flashing red for an alarm state. (m) The system shall come complete and function tested down to 20 micron. Two sets of operations and maintenance manuals shall be provided with the unit. Vendors bidding on this requirement will provide information showing that their equipment is equal to the above salient characteristics and specifications. The Contractor shall provide the following prior to contract award: (a) Assembly drawing showing component layout, overall dimensions and unit weight. (b) A proposed schedule or timetable for completing the required work after receipt of order. (c) A listing of the component manufacturers and model numbers of proposed equipment to be furnished including vacuum pumps, cascade refrigeration unit, oil trap, cold trap, instruments. (d) Provide Material Data Sheets for all fluids including, refrigerants, oils, etc.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=42231)
- Place of Performance
- Address: Grand Coulee Power Plant, Grand Coulee, Washington
- Zip Code: 83706
- Country: us
- Zip Code: 83706
- Record
- SN01514015-W 20080223/080221224629 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |