SOLICITATION NOTICE
66 -- AIr Filtration System
- Notice Date
- 3/13/2008
- Notice Type
- Solicitation Notice
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S608T0038
- Response Due
- 3/25/2008
- Archive Date
- 5/24/2008
- Point of Contact
- Kay Brundage, 435-831-2501
- E-Mail Address
-
Email your questions to ACA, Dugway Proving Ground
(kay.brundage@us.army.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 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented wi th additional information included in this notice. CLIN 0001, 1 EACH 1000 CFM Air Filtration System, CLIN 0002, 1 EACH 8 Round Bubble Tight Damper Filter System Specifications: Environmental and Operational Specifications Summary: (refe r to attached drawing): Flow Rate: Variable, using a VFD controller, from 20CFM to 1000CFM with up to 30 inches water gage static pressure drop at 1000CFM. Flow rate to be stable to within 10% of set point over entire range. Flow to be provided by du al blowers configured so that the backup blower starts automatically if the primary blower fails. Filter Elements: The filter system shall incorporate a total of 4 filter elements, a 24x24x2 pre-filter, a 99.97% efficiency 24x24x11-1/2 HEPA f ilter, and two 99.99% efficient 24x24x16-3/4 Type IV (V-Bed) carbon adsorbers. All filter elements shall be positioned in series. The Housing, HEPA filter and the carbon adsorbers shall be of fluid seal design. The activated carbon in the adsorbers s hall be 12x30 mesh, coconut shell based, ASZM-TEDA. Residence Time: .125 seconds per carbon adsorber for a total of .25 seconds at 1000CFM. Operating Temperature Range: -34? C to 65? C. If the VFD controller can be physically located up to 25 ft. from the blowers, it does not need to meet this requirement. Operating Voltage: 208VAC, 3-phase. Housing Dimensions (maximum): 13 ft. L x 5 ft.-2 in. W x 6 ft. H. Inlet Duct Position (from floor): 30 in. Inlet Duct In terface: 8 round sanitary ferrule. Inlet Damper: 8 round bubble-tight damper, normally closed, electrically actuated. System Mounting: Mounted on skids with wheels for portability. Wheels need to swivel. Enough wheels need to be provi ded to ensure that each wheel exerts a maximum of 17.3 psi. pressure to the floor. Additionally, retractable floor locks need to be provided to prevent movement of the system during operation. Detailed Specifications: (see attached drawing) The filter system shall consist of the following: (all part numbers are Flanders/CSC but equivalent items are acceptable) 8 Round Sanitary Ferrule Inlet Connection DBTE-FB-304-8 Bubble Tight Damper w/Spring Return Electric Actuator Turning Ple num BF1-1H1W-2GGF-304-D3 Pre-filter and HEPA Housing BF1-1H1W-GG16-304-D1 Upstream Adsorber Housing TSC-1H1W-GG-304-D1 In-place Test Section BF1-1H1W-GG16-304-D1 Downstream Adsorber Housing Turning Plenum Outlet Transition<B R> Dual 1000 CFM Fans @ 30 W.G. VFD Control (6) Static Pressure Taps (3) Magnahelic Gages Mounting Base with Casters and Floor Locks (1) Prepleat 40 Pre-filter (1) T-007-W-04-05-IU-52-00-GG-FU5 99.7% Industrial Grade HEPA Filter< BR> (2) AF-GG16-62-TS 99.9% Type-IV Activated Carbon Adsorbers Filter Housing Specifications: The housing shall be a bag-in/bag-out, side access design shall be manufactured from unpainted 14 and 11 gage type 304 stainless steel. The housing shall be adequately reinforced to withstand a negative or positive pressure of 10 inches water gage. The housing shall be a fluid seal design which incorporates a knife edge that mates into the fluid filled perimeter channel on the face of the filt er. Access to the filter shall be on the side of the housing. There shall be a safety feature where the filter locking arm and access door shall interface in such a manner that minimizes the possibility of the door being closed until the filters are correctly seated in the housing. Prior to leaving the factory, each knife edge shall be checked with an alignment gage to insure proper alignment with the filter. The filter sealing mechanism shall be replaceable and shall be operated through the change-out bag by a locking handle. The mechanism shall exert equal force at the top and bottom edge of the filter when engaging or disengaging the filter from the knife edge. All pressure retaining weld joints and seams shall be continuously welded with no pores allowed. Joints and seams requiring only intermittent welds, such as reinforcement members, shall not be continuously welded. As a minimum, joints and se ams shall be wire brushed and/or buffed to remove heat discoloration, burrs and sharp edges. All weld joints and seams that are a portion of any gasket sealing surface shall be ground smooth and flush with the adjacent base metal. All welding proce dures, welders and welder operators shall be qualified in accordance with ASME Boiler and Pressure Vessel Code, Section IX. All production welds shall be visually inspected per sections 5 and 6 of ANSI/AWS D9.1-1990, Specifications for Welding Sheet Meta l. All hardware on the housing and all mechanical components of the filter sealing mechanism shall be 300 series stainless steel, except for the cast aluminum access door knobs. The filter housing shall be manufactured under a quality assura nce program that meets the requirements of ASME NQA-1, Quality Assurance Program Requirements for Nuclear Facilities, The housing shall be tested for filter fit, operation of the filter clamping mechanism, sealing surface alignment and leak tightness bef ore leaving the factory. Both the filter sealing surface and the complete assembly pressure boundary shall be leak tested by the Pressure Decay Method, in accordance with ASME N510-1995 Reaffirmed, Testing of Air Cleaning Systems, paragraphs 6 and 7 . Pressure readings are recorded once a minute for 5 minutes. There shall be a maximum leak rate of 0.0005 CFM per cubic foot of housing volume at 10 inches water gage. Filter Element Requirements: Pre-filter (1each): 24 x 24 x 2 pleated ty pe. Flanders Prepleat 40 or equivalent. HEPA Filter (1 each): 24 x 24 x 11-1/2, Fluid Seal, Plywood Frame, 99.97% Industrial Grade. Flanders T-007-W-04-05-IU-52-00-GG-FU5 or equivalent. Carbon Adsorbers (2 each): 24 x 24 x 16-3/4, T ype IV (V-Bed), Fluid Seal, 304 SS Frame, 99.9% Mechanical Efficiency, 12x30 Mesh ASZM-TEDA Coconut Based Activated Carbon. Flanders AF-GG16-62-TS or equivalent. Blower Requirements: The blower system shall consist of dual fans, each capable of providing 1000 CFM of airflow at a minimum of 30 water gage static pressure. The blowers shall be configured to operate such that, if the primary blower fails, the secondary blower will start automatically. The blowers shall operate on 208V, 3-phase AC power. The blowers shall be designed to operate over a temperature range of -34? C to 65? C. The blowers shall be mounted on top of the filter train in an arrangement similar to the attached drawing. A plenum shall attach the filter train to the blowers in such a manner as to minimize the pressure drop. The blowers shall exhaust through a 10 duct. A VFD control shall be provided that will permit the system flow rate to be varied from 20 CFM to 1000 CFM and maintain the set flow rate to within 10%. Th e VFD shall accept a 4-20ma input control signal. If the VFD can be physically located at least 25 ft. from the blowers, it does not have to meet the above temperature requirements. Bubble Tight Damper Requirements: The bubble tight damper housi ng shall be cylindrical and constructed of 11 ga.(minimum), T-304 stainless steel reinforced for 10 water gage operating pressure. The blade shall consist of two 3/16 thick T-304 stainless steel plates with a solid silicone gasket between them. Blade seal shall occur when the silicone gasket seats against the inside of the 11 ga. housing wall. The damper shall be all weld design. All pressure retaining we ld joints and seams shall be continuously welded. As a minimum, all weld joints and seams shall be wire brushed and/or buffed to remove heat discoloration, burrs and sharp edges. All welding procedures, welders, welder operators shall be qualified in acc ordance with ASME Boiler and Pressure Vessel Code, Section IX. Mounting flanges shall be a minimum of 1-1/2 wide and have factory drilled bolt holes spaced no more than 4 apart as recommended in ERDA 76-21, Nuclear Air Cleaning Handbook. A ll shaft and linkage components shall be manufactured from 300 series stainless steel. The shaft shall be a minimum of 3/4 dia. and shall include shaft seals. The damper shall be supplied with an electric actuator. The damper shall be configured to automatically close within .5 seconds if power is lost. The damper shall be tested in the closed position at 10 water gage and shall be bubble tight when tested per ANSI/ASME N509, Paragraph 5.9.7.3. The complete pressure boundary (damper housi ng) shall be tested same as the blade, except the maximum leak rate shall be 0.005 CFM/sq. ft. of housing surface. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evide nce must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-08-T-0038. All firms responding must be registered with the Ce ntral Contractor Registration (CCR). The Federal Supply Class (FSC) is 6636. North American Industrial Classification Standard 333411 (13M) size standard in number of employees applies to this procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this so licitation: FAR 52.203-6, FAR 52.219-6; FAR.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37, FAR 52.222-39, FAR 52.222-50, FAR 52.225-13 and FAR 52.232-33. The clause at DFARS 252.212-7001 Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7036, DFARS 2 52.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, and DFARS 252.247-7023 Alt III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34 FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), DFARS 252.204-7004 Alt A, Central Contractor Registration, FAR 52.232-18 Availability of Funds; DFARS 252.211-7003 Item Identification and Valuation; and DFARS 252.232-7010 Levies on Contract Payme nts. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contract Access to Dugway Proving Ground and OSHA Standards. All quotes must be emailed to Miss. K ay Brundage at kay.brundage@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Miss. Kay Brundag e at kay.brundage@us.army.mil. Quotes are due no later than 1:00 PM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday 25 Mar 2008.
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Record
- SN01531920-W 20080315/080313224341 (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 |