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