|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1996 PSA#1653USMC Regional Contracting Office (Far East), PSC 557, Box 2000, FPO AP
96379-2000 42 -- COMPRESSORS, ATTACHMENTS AND PARTS SOL M67400-96-R-0001. Due
090696. Contact: E.R. Goodman, 011-81-6117-45-1504 or 3974; FAX
011-81-988-93-6024/Contracting Officer: P.A. Darrah. 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. This solicitation M67400-96-R-0001 is
issued as a Request for Proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-37. This procurement is unrestricted.
CLIN 0001 Compressor, 2 EA, 208 VAC, 3 phase, 60 cycle motor.
Configuration for vertical permanent installation. C.F.M. rating of
20.4. The Compressor will come with a gauge panel which has individual
pressure gauges for all stages and the oil pressure; an hour meter for
logging operational run time and maintaining a maintenance schedule; a
high temperature switch which will shut down the system if there is a
problem with excessive heat; a low oil pressure switch which will shut
down the system due to low oil pressure; an automatic condensate drain
which will automatically dump condensate as required by the system; an
automatic start/stop switch that will start the system at a specified
low air pressure and stop the system at a predetermined high air
pressure. Capable of processing a minimum of 80,000 cubic feet of air
between cartridge changes. Compressor shall have one purification
filter system consisting of the following main components: (1)
Coalescing oil and water separator. (2) Two purification chambers with
replaceable purification cartridges. (3) Electronic moisture
monitoring system. (4) Panel for mounting the system. The high pressure
purification chambers must have a working minimum pressure of 5,000
PSIG. The design of the cartridge pressure chambers must eliminate the
possibility of operating the system without purification cartridges
installed or with improperly installed cartridges. Compressors shall
include initial onsite installation and training at no additional cost
to the government. CLIN 0002 Compressor; 2 EA, 208 VAC, 3 phase, 60
cycle motor, deployable, self contained, with heavy duty locking
wheels, lifting rings, a flexible high pressure air line, an electric
power cord, heavy duty frame. Minimum CFM rating of 20.4. The
compressor shall have a gauge panel which has individual pressure
gauges for all stages and the oil pressure; an hour meter for logging
operational run time and maintaining a maintenance schedule; a high
temperature switch which will shut down the system if there is a
problem with excessive heat; a low oil pressure switch which will shut
down the system due to low oil pressure; an automatic condensate drain
which will automatically dump condensate as required by the system; an
automatic start/stop switch that will start the system at a
predetermined low air pressure and stop the system at a predetermined
high air pressure. Capable of processing a minimum of 80,000 cubic feet
of air between cartridge changes. The compressor shall have one
purification system. The system shall come with the following minimum
main components: (1) Coalescing oil and water separator. (2) Two
purification chambers with replaceable purification cartridges. (3)
Electronic moisture monitoring system. (4) Panel for mounting the
system. The high pressure purification chambers must have a working
minimum pressure of 5,000 PSIG. The design of the cartridge pressure
chambers must prevent the possibility of operating the system without
purification cartridges installed or with improperly installed
cartridges. Compressors to include initial onsite installation and
training at no additional cost to the government. CLIN 0003 Fill
station; 4 EA, capable of filling six air bottles simultaneously.
Distribution system shall consist of 2 fill station panels with the
following minimum features; (1) Inlet/supply pressure gauge. (2)
Adjustable pressure reducing regulator. (3) Outlet pressure gauge. (4)
6 control valves, one for each fill whip. (5) 6 individual pressure
gauges. All control valve are on the panel next to corresponding gauge.
Each whip comes with a scuba yoke and bleed valve so that the whip
pressure is relieved between tank fills. The pressure reducing
regulator adjusts from 0 to 4500 PSI with an operation set pressure
relief valve set. (6) Shall include initial onsite installation and
training at no additional cost to the government. CLIN 0004 Storage
vessel racks, with storage vessel assemblys, 4 EA. Storage vessels
shall conform to American Society of Mechanical Engineers (ASME) with
a minimum of 439 cubic foot and 5250 PSI. The vessels desired sizes are
55'' tall with a diameter of 9.5''. The system shall include all
cylinder valves, safety relief valves, and all necessary plumbing,
hardware, and mounting racks. The storage vessels shall never require
hydrostatic testing. This system shall be capable of receiving a
minimum of 3500 cubic feet of air in storage for immediate
distribution. The system shall include initial onsite installation and
training at no additional cost to the Government. CLIN 0005 Oxygen
booster system with pump, 2 EA, capable of completely draining the
oxygen supply bottles. The system shall come with the following minimum
components: (1) An air drive supply adjustable reducing regulator with
pressure gauges. (2) Oxygen booster. (3) Pump. The booster shall pump
from high or medium pressure sources. The booster shall be rated for
a minimum continuous compression ratios of over 15:1, and intermittent
to 40:1. It shall have a pneumatic control package which continually
monitors both inlet and outlet receiver pressure, stopping the booster
automatically when desired outlet or minimum inlet pressure is
reached. The supply drive air will come from the high pressure system
after purification. The oxygen system with pump shall include initial
onsite installation and training at no additional cost to the
government. CLIN 0006 Oil, 20 GAL, manufacturer's standard, for
maintenance of the air system. CLIN 0007 Purification cartridge, 12 EA,
for maintenance of the air system for the compressor. CLIN 0008
Purification cartridge, 12 EA, for maintenance of the air purification
unit. CLIN 0009 Filters, 6 EA, for the air system. Final marking
instructions will be provided at the time of award. All commodities
shall come with the standard commercial warranty and any extended
warranty offered to the general public shall also be offered to the
Government. FAR 52.212-1, Instructions to Offerors - Commercial Items
(Oct 1995) applies to this acquisition as does FAR 52.212-2, Evaluation
- Commercial Items (Oct 1995). The following factors will be used to
evaluate offers: (1) Price. The Government intends to evaluate
proposals and may award a contract without discussions, therefore,
offerors are encouraged to submit their best offer from a cost or price
standpoint. (2) Technical Compliance with Specifications. Offerors
shall submit descriptive literature of the items being offered in
sufficient detail to evaluate compliance with the requirements in the
technical specifications. (3) Past performance. Offeror shall submit
the following information concerning similar services furnished during
the past two (2) years: Name, address, telephone number, point of
contact, total dollar amount of contracts or orders from Federal,
State, Local Government agencies or private companies in which the
offer has performed similar services. In addition, the offerors may
provide information on difficulties encountered while performing those
contracts or orders and offerors' corrective action used to resolve
those difficulties. Price is an important evaluation factor for award;
however, technical compliance with specification and past performance
factors, when combined are significantly more important than price.
The offeror is required to submit a completed copy of the provision at
FAR 52.212-3, Offeror Representations and Certifications - Commercial
Items (Oct 1995), with its offer. FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders -
Commercial Items (JAN 1996) is incorporated in this solicitation. The
following additional clauses apply to this acquisition: FAR Clause
52.212-4, Contract Terms and Conditions - Commercial Items (Oct 1995)
FAR 52.203-6, Restrictions on Subcontractor Sales to the government,
with Alternate I (41 USC 253g and 10 USC 2402); FAR 52.203-10, Price or
Fee Adjustment for Illegal or Improper Activity (41 USC 423); FAR
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 USC, 4212); FAR 52.222-37, Employment Reports on Special
Disabled and Vietnam Era (38 USC 4212). FAR 52.211-17, Delivery of
Excess Quantities (Sep 1989), FAR 52.214-21 Descriptive Literature (APR
1984), and FAR 52.215-18 Facsimile Proposals (DEC 1989) are also
incorporated in this solicitation. CLINS 0001 through 0005 must be
approved in accordance with Operations, Naval Instruction ((OPNAVINST)
3150.27A by the Naval Sea Support Center, Pacific Code 910, PO Box
85548, San Diego CA 92186-5548, Point of Contact is Jeanette Gonzalez,
telephone number 619-524-3518 or the Naval Sea Support Center,
Atlantic code 922B ST Juliens Creek Annex, Portsmouth, VA 23702-5098,
Point of Contact is Carolyn Coleman telephone number 757-485-6106.
Offerors shall provide an approval letter from either of these commands
with their offer. Required delivery time is thirty (30) days after
notification of award to Lathrop, California. Proposals will be
accepted by either US or foreign mail and sent to The Regional
Contracting Office, PSC 557 Box 2000, FPO AP 96379-2000 or by
facsimile. There is no overnight delivery from the United States to
Okinawa, Japan available through the United States Postal Service.
Offerors are advised to take this into consideration when mailing their
offers. Offers must arrive NLT 1500 hours, Japan Standard Time on
September 2, 1996. For additional information, contact Staff Sergeant
ER Goodman at 011-81-6117-45-1504 or FAX 011-81-988-93-6024. All
responsible sources may submit an offer which will be considered.
(214) Loren Data Corp. http://www.ld.com (SYN# 0338 19960806\42-0001.SOL)
42 - Firefighting, Rescue and Safety Equipment Index Page
|
|