SOLICITATION NOTICE
36 -- PRESSURE SWING ADSORPTION NITROGEN GENERATOR
- Notice Date
- 8/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-12-R-0033
- Response Due
- 8/10/2012
- Archive Date
- 10/9/2012
- Point of Contact
- maureen cameron, 410 278 0771
- E-Mail Address
-
ACC-APG - Installation Division
(maureen.cameron@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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-12-R-0033. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-59. The Government contemplates award of a Firm-Fixed Price Contract for Pressure Swing Adsorption (PSA) type Nitrogen (N2) Generator system. This requirement is set aside for small businesses. The Associated North America Industry Classification Code (NAICS) 333611 and the Business Size Standard is 1000. This requirement is Brand Name or Equal NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to US Army Aberdeen Test Center's facility Located at Aberdeen Proving Ground, Maryland 21005. Description of the Requirement: CLIN 0001: Pressure Swing Adsorption (PSA) Nitrogen Generator: Phillip Federal - Model 2400-99.99-110. Brand name or Equal Qty: ___1____ Unit Price: ________ Total Amt: _________ Technical Specification The Pressure Swing Adsorption (PSA) type Nitrogen (N2) Generator system needs to be (Phillip Federal - Model 2400-99.99-110. Brand name or Equal): 1. A complete self-contain turnkey installation for a LVD laser cutting machine Sirius 3015 (Plus). 2. Generator must have Pressure swing adsorption (PSA) technology to separate gas species from a mixture of gases under pressure according to the species' molecular characteristics and affinity for an adsorbent material. 3. The N2 generator system shall be able to be located within the shop, next to the laser, and must function without any need for an atmospheric or temperature controlled enclosure. The shop environment is not air conditioned, and may see temperature swings from 40 degrees to 105 degrees F) 4. The N2 system needs to supply nitrogen gas at 99.99% purity and at a regulated pressure of min 464 psi to max 580 psi, and a flow rate of 68m3/h. 5. All gas supplies and compressed air supply must be able to be switched off. 6. The system shall include a 2 stage Oil Free Booster shall be a vertical, reciprocating, oil-free type, utilizing a pressure lubricated crankcase and running gear, upper end compression pistons shall be oil free. The Booster shall be integrated with VFD (variable frequency drive), delivering 475psi Nitrogen Gas Pressure. 7. The nitrogen generator and the Oil free hi-pressure Nitrogen booster shall be managed from one controller. The control shall be a touch screen, with a minimum of a 6" screen. This controller will provide at minimum on screen diagnostics of nitrogen generator, valve functionality (failure to switch monitoring), inlet filters function (differential pressure monitoring), booster inlet and outlet pressure (w/ user adjustable safety shutdowns), booster oil pressure (w/ user adjustable safety shutdowns), booster gas discharge temperature (w/ user adjustable safety shutdowns), on screen booster compressor flow diagnostics (pump-up test). 8. The system shall include a Variable Speed Drive Compressed Air System with integrated dryer producing 110psi minimum pressure and adequate volume required for the Nitrogen Generator. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) in accordance with 15.101-2. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors which is the technical requirement in accordance with the attached specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. The following factors shall be used to evaluate offers: Lowest Price Technically a. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards of the Pressure Swing Adsorption (PSA) Nitrogen Generator in accordance with the technical specifications. b. Offeror Past Performance: the offeror shall propose a unit that has been manufactured and sold for at least 9 years c. Past performance information shall be submitted in accordance with Attachment 1. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. 52.219-27 Notice of Service-Disabled Veteran Owned Small Business Set side 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Proposals must be signed, dated and received by 4:00 PM EST August 10, 2012 via fax at 410-278-2407 or email to Ms. Maureen Cameron, maureen.v.cameron.civ@mail.mil located at the US Army Contracting Command, Aberdeen Proving Ground, Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All proposals from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Proposal contact Ms. Maureen Cameron, Contract Specialist, via email at maureen.v.cameron.civ@mail.mil Please provide any questions no later than August 7, 2012 at 10:00 AM EST. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5c039d336a80947e3bdb70cb5a870ffe)
- Place of Performance
- Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02826419-W 20120805/120803235336-5c039d336a80947e3bdb70cb5a870ffe (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 |