Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOLICITATION NOTICE

36 -- CIP NUTSCHE FILTER REACTOR

Notice Date
5/10/2021 12:48:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017421Q0045
 
Response Due
5/19/2021 5:00:00 AM
 
Archive Date
06/03/2021
 
Point of Contact
CHRISTINA E SIMPSON, Phone: 3017446627
 
E-Mail Address
CHRISTINA.E.SIMPSON@NAVY.MIL
(CHRISTINA.E.SIMPSON@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N0017421Q0045 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. �A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.� This announcement will be issued as a combined synopsis/solicitation. �The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 332999. Total price, complete unit, not installed: Price for 2 units, complete, not installed: The following filter leafs are available on request: Material PTFE: 8, 12, 20 ?m Material ECTFE: 22, 39, 60, 80, 115 ?m Material PEEK: 35, 1000 (leaf support) ?m Material PP: 30, 79, 95 ?m Dimensions (approx.) Height 1.76 m Stirrer - Type: scraper to break the filter cake - Non-Height adjustable, material glass-lined steel, - Diameter 280 mm, blade angle 75� Stirrer shaft sealing - Stirrer shaft sealing over PTFE-compound sealing ring - (FDA-conform), material housing stainless steel 316L Total add on price for 2 items: Design and Manufacture of a Nutsche Filter Reactor System PERFORMANCE-BASED STATEMENT OF WORK Scope of Work The requirements in this document contain the requirements for the design and manufacture of a Nutsche Filter Reactor System for use in the energetics Pilot Plant at Naval Surface Warfare Center, Indian Head Division (NSWC IHD). Applicable Documents Contract Data Requirement Lists as in the attached Form 1423s: DI-MISC-81356 Certificate of Compliance DI-SESS-81000 Product Engineering Design Data and Associated Lists Conflicting Document Requirements If there are any conflicts between specifications, drawings, or requirements listed herein, the contractor shall notify the Contracting Officer (KO) and the Technical Point of Contact (TPOC), in writing for interpretation, clarification, and resolution. Requirements The Contractor shall provide techincal expertise on the design and manufacture of the Nutsche Filter Reactor system. The primary deliverable under this contract shall be the filter reactor system and associated certification paperwork.� The contractor shall provide support under the following task categories. Design Verification The Contractor shall design and produce technical piece part and assembly drawings dimensioned in accordance with ASME Y14.100 and ASME Y14.5, or equivalent.� Contractor shall provide IHD with PDF drawings for review and approval in accordance with CDRL A001. Electrical Classification All provided electrical equipment shall be approved for use in Class I, Division 1, Group D and Class II, Division 1 Groups F&G environment. The following equivalent ATEX approvals are also acceptable: Ex II 2G IIB and Ex II 2D IIIC. Performance Requirements Physical Dimensions The maximum height of the system and scaffolding shall not exceed 8 feet. Operating Pressure The vessel shall be capable of maintaining pressures between full vacuum and atmospheric pressure. The jacket shall be capable of withstanding up to 7 psig internal pressure. Operating Temperature The vessel, jacket, and other components in contact with process material or heat transfer fluid shall be capable of safely operating in a temperature range of -60 to 150 C. Filter Reactor Component Design Jacketed Filter Vessel The vessel shall be made from Borosilicate Glass. The vessel shall have a nominal working capacity of 50L, and the jacket shall be sized in accordance with company and industry standards to control the vessel temperature during operation.�� Vessel Agitator The agitator shaft and impellers shall be sized to agitate vessel contents in accordance with company and industry standards, and to achieve suspension of solids in the agitator vessel.� The agitator motor shall be rated for hazardous atmospheres per 3.2. The agitator motor shall be compatible with 460V, 60 Hz, 3 phase power and be suitable for VFD operation. Filter System The system shall be equipped with a filter support system with openings of at least 2mm in diameter.� Filter support shall be constructed from fluoropolymer materials. Cover Manifold The filter reactor shall have a cover which contains separate ports for at least the following.� The contractor shall incorporate any other ports necessary for safe operation, in accordance with industry and company standards. Stirrer. Material feed port, at least 80 mm nominal diameter. Temperature probe. Vacuum connection. Liquid feed tubing. Seals and Gaskets All seals and gaskets that may contact process materials or vapors shall be constructed from PTFE-encapsulated elastomer or perfluoroelastomer. Scaffolding or Support The scaffolding or other vessel support system shall be made from Stainless Steel.� Manufacture Workmanship None of the hoses or vessels should contain cracks or chips Scaffolding welds shall achieve full penetration and contain no cracks, porosity, slag, or liner discontinuities. Scaffolding shall not be rusted Vacuum Testing The Contractor shall conduct vacuum tests in accordance with company and industry standards.� The system shall not show leaks which impact the functionality of the system. (CDRL A002) Shipping The vendor shall be responsible for shipping container design, and purchase of all packing and packaging materials.� The packing shall prevent any damage which may occur during transit. Deliverable The Technical Point of Contact and Contracting Officer (KO) for this contract will approve all deliverables as specified herein. Documentation All certificates shall include the signature of the Contractor�s representative authorized to make such certification. The Government reserves the right to reject defective hardware submitted if the hardware or documentation does not successfully pass Government inspection or testing. The Contractor shall in such event promptly replace, correct, or repair the rejected hardware at the Contractor�s expense. CDRL Spec Section Title A001 DI-SESS-81000 3.1 Reactor Drawings A002 DI-QCIC-81356 3.6 Certificate of Compliance Hardware Delivery The Contractor shall notify the Contracting Officer 30 days in advance if the Contractor cannot meet the contract delivery schedule. The Contractor shall be responsible for coordinating and shipping all the units to the required destination.� Delivery address provided below: Naval Surface Warfare Center Indian Head Division 4522 McMahon Road Bldg. 116, Suite 100 Indian Head, MD 20640 � All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 �Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 �; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003 DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests.� 52.204-3; 52.204-7; 52.204-13; 52.204-4; 52.219-1; 52.225-18; 52.252-1; 252.203-7005; 252.204-7008; 52.204-24; 52.204-25; 52.204-26; 52.246-4; 252.204-7019; 252.204-7020 Points of contact: Contract Specialist/Administrator: CHRISTINA SIMPSON, ��PHONE: 301-744-6627 EMAIL:� EMAIL: CHRISTINA.E.SIMPSON@NAVY.MIL IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2e62d85d80da4c37bc460b920e893fff/view)
 
Place of Performance
Address: Farmingdale, NY 11735, USA
Zip Code: 11735
Country: USA
 
Record
SN05996963-F 20210512/210511201422 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.