SOLICITATION NOTICE
68 -- Liquid and Compressed Gasses Including Storage and Delivery Hardware
- Notice Date
- 12/17/2014
- Notice Type
- Presolicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- ACC- Warren (ACC-WRN)(RRAD), ATTN: CCTA-HDR, 100 Main Drive, Building 431, Texarkana, TX 75507-5000
- ZIP Code
- 75507-5000
- Solicitation Number
- W911RQ15T0013
- Response Due
- 12/22/2014
- Archive Date
- 2/15/2015
- Point of Contact
- LEOLA LIGGINS, 903-334-2330
- E-Mail Address
-
ACC- Warren (ACC-WRN)(RRAD)
(leola.liggins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Scope: The Chemical Laboratory in Bldg 300 and 300A at Red River Army Depot (RRAD), Texarkana, TX 75507 has a requirement for liquid and compressed gas including storage and delivery hardware. Only one Firm Fixed Priced award will result from this solicitation. Period of Performance is a base and four (4) option years. No guaranteed minimum or maximum quantities to be ordered. Any items or considerations not specifically mentioned herein, which are necessary to provide the requirements listed, shall be included in the offer and shall conform in strength and quality of material and workmanship to what is usually provided to the trade in general. 2. General: 2.1 All components and services required by this solicitation are the sole responsibility of the successful awardee. Site Visit recommened but not mandatory. 2.2 Offers are to be formatted to address each specification herein by Contract Line Item Number (CLIN) order. Offers must include pricing for each Line Item. Pricing must be submitted in the proper format. The proper format consists of QUANTITY * UNIT AMOUNT = NET AMT. In the event there is a difference between a unit price and the extended total, the unit price will be held to the intended price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended price. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection. Additional information/ brochures may be provided with offer. Offer should be formatted to address each specification herein by paragraph number and paragaraph order. Failure to do so may result in non-consideration for an award. Evaluation of the offer will be based upon positive statement(s) that indicates a clear manner that each specification will or will not be met. 2.3 Offeror will furnish all tools, equipment and personnel required to install the products at RRAD site. The awardee shall check that all hardware provided performs acceptably - valves working, no excess venting, leaks, etc before they leave the site. If any inconsistencies are found the person on site must be able to, in accordance with the provisions of this PWS, arrange for remedy of the situation in such a way as to ensure continuation of critical laboratory operations. 2.4 Delivery of product will occur Monday through Thursday between the hours of 07:30 AM and 4:30 PM CST excluding federal holidays. 2.5 Successful firm will provide summary/ support of operator training after installation of hardware to ensure lab personnel obtain adequate operational and maintenance knowledge of the system to recognize and report problems. 2.6 Support/Service: 2.6.1 The laboratory performs analyses daily to allow water releases to the environment in accordance with permits issued by the Environmental Protection Agency (EPA) and the Texas Commision on Environmental Quality (TCEQ). Disruption of laboratory services can cause production shut-downs of all operations which generate water. Those operations are numerous enough that the entire depot's operation could be severely curtailed and the depot's revenue generating capacity adversely impacted. Therefore successful awardee must be able to ensure a continous, uninterrupted supply of all the comodoties required herein. 2.6.2 In emergency situations (failure to provide a continous, uninterrupted supply of argon) the successful awardee must respond on-site within two (2) hours with a remedy to the situation (which can be temporary until full function is restored). 2.6.3 Immediate technical support/ assistance must be available by telephone (must be able to talk to someone in person) during the hours of operation. 2.6.4 The Contractor shall identify two (2) designated customer service representatives for RRAD to address questions, issues and problems that may arise and shall be available immediately either in person, via telephone, or via e-mail. These individuals will be designated as quote mark Key Personnel quote mark in the contract. 2.7 Awardee must fullfil all requirements of this Performance Work Statement (PWS) within a maximum of 30 days from date of award. 2.8 The successful offeror must be able to provide the set-up, services and support described herein for the system components of their manufacture and must be able to provide or arrange for the same set-up, services and support necessary for any components supplied by sub-contract vendors. All personnel involved in the execution of this contract must posess all applicable licenses, certifications, endorsements (i.e. CDL, HAZMAT, etc.) in accordance with Department of Transportation (DOT) and any other applicable entities to transport, handle, repair and service argon tank and any associated equipment. 3. SALIENT CHARACTERISTICS 3.1 The bulk of the requirements in this PWS concern the provision of a continuous, uninterrupted supply of liquid argon. The awardee shall provide installation and service of an appropriately sized microbulk liquid argon tank for government use/ rental, install all components of the delivery system piping and regulation to instruments at two different locations within the laboratory, monitor tank fill and provide liquid argon delivery as needed to ensure continous lab operations. Successful awardee shall also provide maintenance of the system to ensure full and continued functionality through the existence of the contract. 3.2 The liquid argon specifications are a minimum purity of 99.996% with a water content of less than 5 ppm by volume and an oxygen content of less than 10 ppm. Vendor must ensure that each delivery meets purity requirements. 3.3 There is no guaranteed minimum or maximum volumes for any of the gasses to be supplied herein. The estimated annual quantity of liquid argon is 70,000 to 80,000 cubic feet. This is based upon historical consumption in a years (12 months) time of twenty (20) 300cf compressed argon cylinders and twenty-two (22) 180 Liter dewars of liquid argon with a pop off pressure of at least 350 psi. 3.4 Within a maximum of 30 days, awardee will be required to supply and install a new and previously unused micro-bulk storage tank of 450L capacity and not more than 30 inches in diameter to meet the requirements of this contract. Contractor must coordinate installation with the Contracting Officer Representative (COR) and the depot's Safety Officer. 3.5 Installation will be made upon a pre-existing 8'L X 5.5'W X 8 quote mark thick concrete pad located inside a fenced enclosure next to the west entrance of Bldg 300 at our site. Access to the tank will be via a truck gate that allows vehicles to be pulled directly up to the west entrance. The near edge of the concrete pad is located approximately 6 feet from the entrance as depicted in attached drawing. 3.6 Within a maximum of 30 days, awardee will also be required to install a piping system for delivery of the argon terminating in two locations within the laboratory. 3.6.1 The piping will be of quote mark degreased stainless steel construction. Oils and greases are highly detrimental to the optics of supplied instruments, therefore extreme care must be taken to be sure these contaminants are not introduced into the system through any means. 3.6.2 Vendor will supply a stainless steel isolation valve to effect a single connection from the micro-bulk storage tank to the installed piping. Vendor must supply pressure regulation coming from the tank. 3.6.3 The piping will enter the building through an existing penetration in the outer brick wall of Bldg 300 as per the attached drawing. 3.6.4 After entering the building the piping will be routed above the dropped ceiling and travel across to the opposite wall of the Oil Lab with one drop on either side of the wall. 3.6.5 All fittings and connectors must be stainless steel and oil and grease free for purity. Extreme care must be taken not to introduce any oils or greases into the system. 3.6.6 Each of the two drop locations must be fitted with a two stage speciality regulator for argon gas with a zero to four hundred (0-400) psi guage and a needle valve capable of regulating pressure from zero to two hundred (0-200) psi. Appropriate connectors from the quote mark supply line to the regulator inlet must be supplied. 3.6.7 The final fittings to be supplied for each of the two delivery lines must allow connection of the tubing exiting the needle valves to the 6 mm outer diameter polyolefin flexible tubing for connection to the instruments. 3.6.8 The estimated number of linear feet of piping based upon the example installation depicted in the attached drawing is 50 feet. (NOTE: Actual installation of the lines may have to vary from that depicted due to obstacles such as light fixtures and exhaust duct work encountered above the ceiling.) 3.6.9 The system as installed must be proven leak free with the number of connections used kept to the bare minimum. 3.6.10 Any vendor who wishes to visit the site may do so during normal hours of operation listed in paragraph 2.4 above. The visit must be made at no cost to the government and the vendor must supply any tools and equipment (ladder, measuring tape) they wish to use while on site. 3.7 The system as installed must be able to deliver a constant supply of argon gas to the terminus locations as follows: 3.7.1 To the instrument labeled ICP-MS a minimum supply rate of 17L/min with flow and pressure to a max of 25L/min at 8 bar pressure (0.8 MPa) or 116 psi. Typical consumption rate during use is 17L/min. 3.7.2 To the instrument labeled ICP a minimum supply rate of 14L/min with flow and pressure to a max of 25L/min at 6 bar pressure (0.6 MPa) or 87 psi. Typical consumption rate during use is 14L/min. This instrument requires a constant purge of argon at 1L/min while not in operation. 3.7.3 The system must maintain supply when both instruments are operating simultaneously. 3.7.4 In the event of a failure of the tank, the system shall provide an alternate connection for a 180L dewar of liquid argon to ensure continued laboratory operations. Awardee shall supply the emergency dewar at no cost to the government other than the agreed upon monthly lease and unit cost of argon supplied while repairs are effected to the tank. 3.7.5 All repairs, maintenance and testing of the tank is the responsibility of the Contractor. The Contractor shall provide an annual inspection of the microbulk argon tank. The Contractor shall inspect the liquid argon tank using American Petroleum Institute (API) Standard 653, ( quote mark Tank Inspection, Repair, Alteration, and Reconstruction quote mark ). Qualified inspectors shall inspect the tank. The Contractor shall inspect the pressure relief safeties at each filling event and replace if they are inoperable. Reports of findings are due to the COR not later than 15 days after the occurrence of any noted problems and when the annual inspection is complete. 3.7.6 The awardee shall ensure argon supply is continuous without any monitoring by laboratory personnel. A telemetry system may be used if desired. Awardee must keep the tank filled at intervals adequate to maintain the performance of the system. If telemetry is used the lab requires visibility of the system such as through emails. If Contractor uses another system to track then records of that should also be provided the laboratory. Contractor must state in their proposal the manner of monitoring they will employ and how that monitoring will be made visible to the laboratory. 3.7.7 Contractor must not allow tank to deplete below 20% of its total capacity. Tank must always maintain the pressure required to supply instruments at the two lab locations operating simultaneously. 3.7.8 Awardee will make a estimate of 10-12 deliveries in any 12 month period. All offerors must list the estimated volume of argon per delivery in units of 100 cubic feet (based upon an estimated useage of 70,000 cubic feet per year). A separate firm fixed price must be quoted for each delivery and for each 100 cubic foot unit of argon. The price quoted per delivery must include any and all applicable fees and surcharges. Cost charged during the contract term will be based upon actual useage. Awardee is required to make deliveries in accordance with Delivery Order schedule. Only actual gas useage charges will be invoiced and paid. 3.7.9 Contractor must coordinate with COR or an authorized laboratory personnel whenever a fill to the tank is necessary. Laboratory personnel must be present during the fill and a metered report of the fill amount must be provided to the laboratory. The Contractor shall make every effort to ensure fills are accomplished Monday through Thursday between the hours of 7:30 AM and 4:30 PM CST excluding federal holidays. If a fill is necessary outside of normal business hours, contact RRAD Dispatch at extension 903-334-3333. 3.8 If any specific physical requirements in this PWS are in conflict with or not adequate to meet the performance specifications of the system as described, the performance specifications take precedence. Awardee is solely responsible for the integrity and functioning of the entire system in meeting with the performance requirements of this action. 3.9 Any time the rented tank needs to be removed for repairs/replacement and at the end of the contract Period of Performance, it shall be the Contractor's responsibility to remove the tank. In the event of a catastrophic failure, the Contractor shall be responsible for replacing the rented tank immediately to ensure continuity of service. Repair/replacement of the tank must be completed at no cost to the Government other than continued payment for argon used during the period of time required for repairs/replacement. 3.10 Delivery of below gases shall be accomplished in two business days or less. Cylinders will be ordered by delivery orders and the empties will be picked up on delivery of replacement cylinder(s). See Wide AreaWorkflow Clause 52.000-4957 for invoicing instructions. Gas Purity % Volume/ Cylinder (cf) Estimated Cylinders/Yr Argon, Compressed99.997 greater than = 3002 Acetylene99.6 greater than = 3002 Argon/ Methane90/10 ratio* greater than = 3002 Nitrogen99.997 greater than = 3002 Helium99.999801 *Must be less than 5.0 ppm moisture and oxygen content each. 4. QUALITY ASSURANCE PROVISION: 4.1 Examination - The end item user shall examine the unit for compliance with the requirements specified. Noncompliance with any specified requirements or presence of one or more defects preventing or lessening maximum efficiency shall constitute cause for rejection. 4.2 Responsibility for Inspection -The Contractor shall be responsible for the performance of all inspection requirements to provide a mechanically sound system which will meet or exceed the requirements. The Government reserves the right to perform the final acceptance inspection which will be accomplished by the end item users after installation. 5. PACKING AND SHIPPING: The manufacturer shall preserve and package the material supplied in a manner to afford protection against deterioration and damage from source to RRAD. The equipment shall be packed in a manner to assure carrier acceptance and safe delivery to destination. Container shall conform to carrier rules applicable to mode of transportation used. Contractor is responsible for any packing, shipping or transportation costs. Deliver directly to building 300. Actual solicitation will post on or around 22 December 2014. Questions may be emailed to Contract Specialist leola.liggins.civ@mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e693e9b4260e087377fce720b21a182)
- Place of Performance
- Address: ACC- Warren (ACC-WRN)(RRAD) ATTN: CCTA-HDR, 100 James Carlow Drive, Building 431 Texarkana TX
- Zip Code: 75507-5000
- Zip Code: 75507-5000
- Record
- SN03598971-W 20141219/141217234836-0e693e9b4260e087377fce720b21a182 (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 |