Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1997 PSA#1971

Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417

43 -- COMPRESSORS AND VACUUM PUMPS SOL RFQ 618-72-98 DUE 112097 POC Mavis Nelson 612-725-2189 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. Solicitation No. RFQ 618-72-98. This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-01. SIC code 3561 applies. Size Standard is 500 employees. Department of Veterans Affairs Medical Center, Minneapolis, MN is seeking Brand Name or Equal Becker Dry Quadruplex Expandable Vacuum System, Model QS 250D II. Provide one expandable/modular quadruplex central vacuum system consisting of four (4) oil-free vacuum pumps with expandable automatic alternating electrical controls and 240 gallon vertical receiver capable of meeting current demand (128 scfm @ 22"Hg) and possible increased future demand (190 scfm @ 18"Hg). Each vacuum pump shall be a rotaryvane and shall have an open flow (0" HG) of no less than 178 CFM, and a maximum operating vacuum level of 25"Hg. Each vacuum pump shall be direct-driven through a shaft coupling by a 10HP, TEFC, NEMA C-face high efficiency, 1.15 service factor, electric motor wired for operation on a 460 volt, 60 Hertz, 3 phase power supply. Actual brake horsepower shall not exceed the rated horsepower at any time or vacuum level. Belt drives shall not be permitted. Each pump shall be air-cooled and have absolutely no water requirements. Auxiliary heat exchangers shall not be permitted. Noise level shall not exceed 80 dBA. Each pump shall be equipped with self-lubricating carbon/graphite vanes. Each pump shall be equipped with a 5-micron inlet filter and shall be equipped with a 0-30"Hg liquid filled vacuum gauge at the inlet of the pump. A vacuum relief valve shall be incorporated into the design of the pump. Each pump shall have an internal secondary suction port to assist in cooling. All pumps shall be skid mounted in a vertical arrangement that allows for future expansion to a sextuplex (six pump) system. Pumps shall be connected to a common manifold and piped to an ASME coded 240 gallon vertical receiver. The receiver shall be equipped with a three-valve bypass arranged to permit draining and servicing the receiver without interruption of the vacuum system operation. The base shall be predrilled, and the manifold shall be prepiped to accept up to six vacuum pumps. The manifold shall include pre-installed ball-type isolation valves for all present and future pumps. Each vacuum pump shall be equipped with a check valve, a liquid filled vacuum gauge at the inlet of the pump, a flex connector, and a bleed valve to permit venting of the inlet filter. Electrical controls shall be of the automatic alternating, lead/lag cascading type and shall consist of the following: Four (4) magnetic motor starters, each complete with a motor branch-circuit disconnect, and thermal, magnetic, and short-circuit protection; redundant, low voltage control transformers with fused primary and secondary; four (4) digital hour meters with battery backup; four (4) hand-off-auto switches with pump run lights; pressure transducer to monitor and control the system operating vacuum level, with digital readout mounted on the enclosure door; programmable controller with plug-in EEPROM module; reserve-pump-in-use alarm with red warning light, silencable 95dBA audible signal, and additional set of dry contacts for remote signaling; emergency shut-off switch; all housed in a NEMA 12 enclosure. The motor starters shall be mounted on a buss-bar type DIN rail for easy future expansion. The entire motor control center shall be configured for future expansion to an automatic alternating pentaplex or sextuplex unit with the addition of only one hour meter, one H-O-A switch and one motor starter for each pump. No additional vacuum switches and no new EEPROM shall be required when expanding. This control center shall alternate on a first-on, first-off basis, ensuring that no pump turns on and off successively without all other pumps in the system running firs, and on a timed bases to ensure approximately equal run time for each pump. A time delay relay shall control all motors to ensure that no pump exceeds the NEMA recommended number of starts and stops per hour. All pumps will be set to turn on in a cascading (lead-lag) sequence, and will shut off when the vacuum level reaches the high set point, providing the time delay has elapsed. In the case of a power failure, the program shall be automatically downloaded from the EEPROM and the system shall restart automatically. The vacuum pump manufacturer shall be ISO 9001 certified, and all pumps shall be CE compliant, to ensure the highest level of quality control. The vacuum system shall meet all requirements of the NFPA 99-1996 Standard for Health Care Facilities. The entire system shall be factory assembled by the vacuum pump manufacturer. Systems assembled by independent packagers shall not be permitted. The entire system shallbe tested to insure that all performance specifications are met. Certified test data will be furnished at no charge. Failure of major components shall be warranted for not less than two (2) years. Descriptive literature and past performance locations and contact's name and telephone number must be submitted with proposal. Installation by VA Medical Center forces. Supplier to provide start-up and testing. The following provisions apply to this solicitation: 52-212-1 Instructions to Offerors-Commercial Items; 52-212-3 Offeror Representations and Certifications-Commercial Items (must be returned with proposal). The following clauses apply to this acquisition: 52-212-4 Contract Terms and Conditions-Commercial Items; 52-212-2 Evaluation-Commercial Items. Proposals are due by close of business (4:30 p.m. CST) November 20, 1997. An SF 129 should also accompany proposal. Direct all questions to Contracting Officer, Mavis Nelson, fax 612-715-2072. (0314)

Loren Data Corp. http://www.ld.com (SYN# 0164 19971113\43-0007.SOL)


43 - Pumps and Compressors Index Page