Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

43 -- Stationary Commercial Duty Nitrox Generator LP and HP Compressor

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
PR-0009437A
 
Archive Date
7/8/2014
 
Point of Contact
Jerry D. Varnell, Phone: 7036327500
 
E-Mail Address
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0009437A and is being conducted as a 100% small business set-aside. The NAICS Code for this requirement is 333912 - Air and Gas Compressor Manufacturing; the size standard is 500 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-74. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. The FBI requires a stationary commercial duty Nitrox generating LP and HP compressor for use by the FBI Underwater Search and Evidence Response Team. A basic need for all FBI teams is the ability to fill tanks with compressed air for use in underwater operations. This is a requirement for the FBI to accomplish the mission that supports forensic divers who are trained to conduct underwater evidence recovery operations. The FBI requires the following items to the following: Line 0001, Stationary Commercial Duty Nitrox Generator LP and HP Compressor, 1, EA. Technical Requirements/Specifications: • The HP compressor shall be isolated and integrated into a single, free-standing, enclosed unit, third party certified to meet cTUVus standards. The outer frame and cabinet shall be of heavy-duty construction, and shall be fully enclosed with solid steel panels. All sections of the compressor enclosure shall be lined with sound absorbing material; • The HP compressor block shall be four stage, air cooled, pressure oil lubricated of "V" configuration and rated for continuous duty at 5000 psig with a charging rate of a minimum of 13.1 cfm; • The HP compressor system shall have a moisture separator after every stage of compression. An automatic drain system shall be supplied to periodically discharge accumulated condensation from each moisture separator during operation and whenever the unit shuts down. An automatic drain muffler/reservoir system shall be incorporated into the package. The reservoir shall be designed to capture discharged condensation without the need for piping to the outside and to reduce the discharge noise level; • Electric Motor - NEMA designed B, 2-pole, 10 horsepower, open drip proof motor for 3 phase, 60 hertz, 460 volts; • The unit shall include all necessary controls to assure efficient operation and monitor compressor performance. All necessary electric motor controls shall also be included and rated for NEMA class 12. At a minimum, the control system shall include the following: o Air pressure switch to automatically start and stop the unit in order to maintain system pressure; o High air temperature shutdown; o Direct online IEC starter package with a 24 volt control voltage; o PLC controller; o Illuminated power "on" switch; o Independent "start" and "stop" push button switches; o Emergency stop button; o Low oil pressure switch; • A compressor capable of producing compressed air at 5000 psi to a minimum of 13 cubic feet per minute; o Must have UL listed electric panel; o Must have Air purification system able to process a minimum of 34,200 cf (with a 70° F inlet temperature) before cartridge replacement. The air delivered shall meet CGA grade D & E and NFPA 1989 (2008 edition) air quality standards; o The purification system and replacement filter cartridges shall be manufactured by the same company as the compressor package. The system shall be a multi-chamber arrangement each constructed of aluminum; o Must have CO/Moisture indicator; o Must have instrumentation/controls for high air temperature, low oil pressure in addition to basic start/stop and emergency stop; o The unit must include all necessary gauges and lights necessary to indicate all normal and shutdown conditions. All gauges, lights and indicators shall be mounted on a steel control panel centrally located on the front of the unit and also within the cabinet. At a minimum, the instrumentation panels shall include the following:  Compressor interstage and final air pressure gauges;  Hour meter;  High air pressure shutdown light;  High air temperature shutdown light;  Low oil pressure light; • A compressor capable of producing Nitrox to 40% O2 content at a minimum of 10 cubic feet per minute, to 36% O2 content at a minimum of 12 cubic feet per minute, to 32% O2 content to a minimum of 17 cubic feet per minute; o Must have On board O2 analyzer with flow meters; o Must have Refrigerated Air dryer; o Must utilize food grade lubricants; o Must have LP filtration; o Must be designed for water and oil Vapor filtration to.01 microns; o Must be designed for particle filtration to 1 micron; o Must have Oil vapor removal system to.003ppm; o Membrane system must be rated to 10 cubic feet per minute of 40% O2; o Must have HP-LP Regulator with flow meter; • A SCUBA containment and fill station; o Must have latching door and safety interlock; o Must be capable of holding 120 cubic foot, 3500 psi scuba cylinders; o Must have Two fill whips with isolation valves, bleed valves, fill adapters and regulator with push action valve; o Must have Fill panels for Nitrox filling including inlet and outlet gauges, cascade controls for Air with to and from valves, cascade control for Nitrox with to and from valves, cascade control for Nitrox with to and from valves; • Air and Nitrox Storage Bank System; o Must contain at a minimum of four (4) air ISO/UN storage cylinders, each with a minimum capacity of 444 cubic feet of air stored at 4500 psig; o Must contain at a minimum of two (2) Nitrox ISO/UN storage cylinders, each with a minimum capacity of 444 cubic feet of air stored at 4500 psig; o Must include all fittings, piping and hardware necessary to operate as a cascade system; o Must come with 10 year hydro inspection on tanks; • Compressor Enclosure; o The HP compressor shall be fully enclosed with solid steel panels, minimum thickness 14 gauge. All sections of the compressor enclosure shall be lined with sound absorbing material; o An air ducting system that allows against-the-wall installation by drawing cooling air from below the unit and directing it upwards and away from the operator and control panel shall be provided; o Insulated and gasketed maintenance access doors equipped with quarter turn latches shall be located on both sides and in front of the compressor system. These latches shall be designed to draw the access doors into the frame opening. Male-female hinges on side doors shall be used to allow their fast and easy removal without requiring hand tools; • Must include in price, unit shipped to ; FBI Miami USERT, 2030 SW 145 Avenue, Miramar, FL 33027; • Must include in price, Installation and Training. FOB Destination: FBI Miami USERT, 2030 SW 145 Avenue, Miramar, FL 33027. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014) (Please note: all Offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) at https://www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2014), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Monday, June 23, 2014, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0009437A. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. Vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0009437A/listing.html)
 
Place of Performance
Address: FBI Miami USERT, 2030 SW 145 Avenue, Miramar, Florida, 33027, United States
Zip Code: 33027
 
Record
SN03398303-W 20140619/140618000132-a4a31430d854c81707225aec2c0941df (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 |
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.