SOLICITATION NOTICE
66 -- Quantity one (1) Hydrogen Generator
- Notice Date
- 12/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0012
- Archive Date
- 12/31/2015
- Point of Contact
- James G O'Keefe, Phone: 3013942135
- E-Mail Address
-
james.g.okeefe3.civ@mail.mil
(james.g.okeefe3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W911QX-16-T-0012. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 01 November 2015 (iv) The associated NAICS code is 334516. The small business size standard is 500 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity one (1) Hydrogen Generator with Shipping and Installation Included (vi) Description of requirements: The Contractor shall deliver and install at the Army Research Laboratory (ARL), Adelphi, MD a quantity of one (1) fully functional Hydrogen Generator that meets all requirements as stated below. 1.1 The Contractor shall ensure that the Hydrogen Generator provides H2 with a purity of 99.999% or better using proton exchange membrane (PEM) technology. The Contractor shall ensure the Generator can maintain an H2 flow of 120 liters per minute (l/min) with an outlet pressure of 130 pounds per square inch (psi) and a stability variation of 1.8 pounds per square inch gauge (psig)/min for up to 12 hours of continuous demand, for an expected duty cycle of ~50% (i.e. 12 hours of continuous operation in a 24 hour period). 1.2 The Contractor shall ensure the Hydrogen Generator is fully equipped, functional as a whole system and meets the minimum requirements as follows: 1.2.1 Operated in automatic mode that automatically adjusts output 0 to 100% to match demand, within 60 seconds. 1.2.2 Meets current industry standard requirements (Underwriter Laboratories (UL) listing) for safety including the use of Emergency Off (EMO) panic buttons, shielding, interlocks for hazardous areas including high voltages and moving parts, and over temperature shutoffs should the electrolysis mechanism malfunction. 1.2.3 Total footprint is limited to less than 8 feet x 15 feet x 9 feet high 1.3 The Contractor shall ensure that the Hydrogen Generator includes a Water Distribution Manifold for coolant requirements meeting the following specifications: 1.3.1 Manual shut off valves 1.3.2 Interlocked flow switches to critical components 1.3.3 Interlocked temperature sensors to critical components 1.4 The Contractor shall ensure that the Hydrogen Generator includes Power Distribution meeting the following minimum specifications: 1.4.1 The Contractor shall ensure that the electrical facilities requirements of the HWCVD are 60Hz and based on voltages (120, 208, 240 or 480 Volts (V)) commonly used in the United States of America. 1.4.2 Component wiring routed to a centralized power distribution panel for each primary module 1.4.3 EMO protection 1.4.4 Safety interlocks including enclosure hydrogen sensors, enclosure latch, over temperature, over pressure or water leak. 1.5 The Contractor shall ensure that the Hydrogen Generator contains Software & Computer Controls with the following features: 1.5.1 Fully automated operation with push button start/stop 1.5.2 Automatic fault detection and system depressurization 1.5.3 Remote monitoring software 1.5.4 Includes Graphical User Interface (GUI) display of the following Hydrogen Generator parameters: 1.5.4.1 Process Pressure indicators/controls 1.5.4.2 All safety functions and interlocks 1.5.4.3 System will interlock with building safety alarms; such that an external alarm will place the system into a safe standby mode 1.5.5 The Contractor shall provide all new software releases, upgrades and patches for the Hydrogen Generator for three (3) years 1.6 Reliability Specifications and Definitions: 1.6.1 Fault: Something has gone wrong. 1.6.2 Failure: Equipment has a problem, requires repair. 1.6.3 Repair: Modification to hardware or software necessary for equipment to return to the standard operational specification as outlined in Section 2 and Section 3. 1.6.4 High Failure: Failure compromising personnel safety, equipment damage or product damage. 1.6.5 Low Failure: Failure not comprising personal safety, equipment damage or product damage. 1.6.6 Assist: Unplanned interruption, recoverable by operator reset without requiring repair. Post reset there is no variation from specified process behavior. 1.6.7 Uptime: Percentage of 12 hour shift time that the equipment is able to process as specified. 1.7 The Contractor shall ensure the Hydrogen Generator meets the following Metrics 1.7.1 Mean Time Before High Failure (MTBHF) 1.7.1.1 No significant process variation from predetermined purity, flow and pressure. 1.7.1.2 Greater than 90 days (i.e. less than one (1) qualifying event per 90 days). 1.7.2 Mean Time Before Low Failure (MTBLF) 1.7.2.1 No significant process variation from predetermined process purity, flow and pressure. 1.7.2.2 Greater than 30 days (i.e. less than three (3) qualifying event per 90 days). 1.7.3 Mean Time Before Assist (MTBA) 1.7.3.1 Greater than five (5) days (i.e. less than 18 qualifying events per 90 days). 1.7.4 MTTR (Mean Time to Repair) 1.7.4.1 Time tool is not available for processing. 1.7.4.2 Less than 72 hours 1.7.5 Uptime 1.7.5.1 Higher than 95% 2. Delivery and Installation The Contractor shall deliver and install the Hydrogen Generator to ARL, 2800 Powder Mill Road, Building 207, Adelphi, MD. The Contractor shall propose a delivery date to the TPOC at least two (2) weeks prior to proposed date. The TPOC will approve or deny the proposed date and time within three (3) days. 2.1 Installation ARL is responsible for the connection of the following facilities to the Hydrogen Generator: 2.1.1.1 Electrical connections to the Hydrogen Generator 2.1.1.2 Water connections (supply and return) to the Hydrogen Generator 2.1.1.3 Compressed air connections 2.1.1.4 All-metal welded line connections to the Hydrogen Generator, including hydrogen. 2.1.1.5 Ventilation connection to the Hydrogen Generator (for oxygen vent) 2.2 The Contractor shall demonstrate that the Hydrogen Generator is fully functional, which includes: 2.2.1 Product Pressure (130 psi), purity (99.995%) and flow (120 lpm) monitoring for a duration of four (4) hours and demonstration of 100-0% production rate. 3. Post Installation Acceptance Tests Report The Contractor shall submit a post-installation acceptance tests report to the TPOC outlining the results of the acceptance tests specified in 2.2.1 within one (1) week after the completion of the post-installation acceptance testing. The TPOC will approve the post-installation acceptance tests report within one (1) week of receipt 4. Operator and Maintenance Training The Contractor shall conduct operator and maintenance training following the installation of Hydrogen Generator at ARL. The Contractor shall travel to ARL in Adelphi, MD to provide commissioning, training materials and operation and maintenance training for up to three (3) participants not to exceed one (1) day, a total of eight (8) hours. The contractor shall ensure the training takes place within one (1) week after system installation and time approved by the TPOC in Section 2. The Contractor may provide the training during or immediately following commissioning. 5. Troubleshooting and Warranty 5.1 Troubleshooting 5.1.1 The Contractor shall provide access to a technical support person to answer questions regarding tool operation, hardware troubleshooting and basic Hydrogen Generator deposition processing via telephone or email during normal business hours 0900-1700 for the time zone of the Contractor's main base of operation for the duration of ownership. The Contractor shall ensure the technical support person responds to voicemails and emails within two (2) business days. 5.2 Warranty 5.2.1 The Contractor shall provide a full warranty on the Hydrogen Generator for two (2) years after approval of the post-installation test report. The Contractor shall ensure the warranty includes: 5.2.1.1 Installation and replacement of all parts (excluding consumable parts and materials) at no cost 5.2.1.2 All repairs or modifications if the Hydrogen Generator is no longer functional according to Section 1.1.1 at no cost 5.2.1.3 All labor and transportation costs to and from ARL for repairs and modification if the Hydrogen Generator is no longer functional according to the fully functional acceptance test defined in Section 2.2.1. 5.2.1.4 A response time of 48 hours from the time the Government calls or emails in a request for service to diagnose and propose a plan to repair the Hydrogen Generator, and commence repair activities within 96 hours from the time of request 6. Deliverables 6.1 Hydrogen Generator - The Contractor shall deliver a fully functional Hydrogen Generator that meets all the specifications in section C.1 to the location listed in C.3. 6.2 Hydrogen Generator Schematic Drawings/Operation Manual - The Contractor shall provide the TPOC upon delivery, with an electronic copy in Portable Document Format (.pdf) of the schematic drawings, including general assembly, vacuum, water, gas, alarm system, and electrical diagrams for the Hydrogen Generator, service and maintenance instructions, along with an electronic copy of the Operation Manual for the Hydrogen Generator and manuals for all subsystems written in English. 6.3 Consumable Parts and Materials List - The Contractor shall provide the TPOC, upon delivery a comprehensive list of all consumable items needed to maintain the operation of a 24/7 fully functional Hydrogen Generator, to include required quantity, part number, manufacturer, lead time and ordering information. 6.4 The Contractor shall provide the TPOC upon delivery, with an electronic copy in Portable Document Format (.pdf) of the factory settings of all components. 7. Distribution Statement: Distribution Statement A: This statement of work is approved for public release, distribution is unlimited (vii) Delivery is required no later than (NLT) 120 Days after receipt of order (ARO). Delivery shall be made to 2800 Powder Mill Road, US Army Research Laboratory, Adelphi, MD 20783 Acceptance shall be performed at US Army Research Laboratory, Adelphi, MD 20783. The FOB point is US Army Research Laboratory, Adelphi, MD 20783 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause- None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6- Restrictions On Subcontractor Sales To The Government (Sep 2006) 52.204-10- Reporting Executive Compensation And First-Tier Subcontract Awards (Jul 2013) 52.209-6- Protecting The Government' Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (Aug 2013) 52.219-4-Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (OCT 2014) 52.219-8- Utilization Of Small Business Concerns (May 2014) 52.219-28- Post-Award Small Business Program Representation (Jul 2013) 52.222-3- Convict Labor (Jun 2003) 52.222-19- Child Labor--Cooperation With Authorities And Remedies (Jan 2014) 52.222-21- Prohibition Of Segregated Facilities (Feb 1999) 52.222-26- Equal Opportunity (Mar 2007) 52.222-35- Equal Opportunity For Veterans (Jul 2014) 52.222-36- Affirmative Action For Workers With Disabilities (Jul 2014) 52.222-37- Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (Jul 2014) 52.222-40- Notification Of Employee Rights Under The National Labor Relations Act (Dec 2010) 52.222-50- Combating Trafficking In Persons (Far 2015) 52.223-18- Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011) 52.225-13- Restrictions On Certain Foreign Purchases (Jun 2008) 52.232-33- Payment By Electronic Funds Transfer-Central Contractor Registration (Jul 2013) 52.232-36- Payment by Third Party (May 2014) 52.203-3- Gratuities (Apr 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Nov 2014) 252.215-7007 Notice Of Intent To Resolicit (Jun 2012) 252.215-7008 Only One Offer (Oct 2013) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7012 Preference for Certain Domestic Commodities (Dec 2014) 252.225-7020 Trade Agreements Certificate 252.225-7021 Trade Agreements (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Aug 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all clauses to include local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-4- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 System for Award Management (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) 252.204-7000 Disclosure Of Information (AUG 2013) 252.204-7003 Control of Government Personnel Work Product (APR 1982) Full Text: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification And Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point Of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point Of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type Of Contract (Sep 1999); APG-ADL-L.5152.215-4441 Us Army Contracting Command (Acc-Apg) - Adelphi Contracting Division Website APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) APG-ADL-E.5152.246-4400 Government Inspection And Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-G.5152.232-4423 Payment Office (BANKCARD - INVOICES REQUIRED) APG-ADL-H.5152.211-4401Alt I Receiving Room Requirements- APG Alternate I (JAN 2003) APG-ADL-I.5152.212-4401 DFARS Commercial Acquisition Provisions And Clauses (MAR 2015) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as none. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 12/16/2015 by 11:59am ET, via email to Mr. James O'Keefe, Contracting Officer, James.g.okeefe.civ@mail.mil, (301) 394-2135 (xvii) For information regarding this solicitation, please contact Mr. James O'Keefe, Contracting Officer, James.g.okeefe.civ@mail.mil, (301) 394-2135
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6fdf3cd9d06a7a889646909f6856ca1e)
- Place of Performance
- Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD20783, United States, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN03958979-W 20151204/151202234659-6fdf3cd9d06a7a889646909f6856ca1e (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 |