Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136

HEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 5TH FLOOR MIDDLE BAY, ROCK ISLAND IL 61299-6000

44 -- CATALYTIC OXIDIZER SOL DAAA09-98-R-3077 DUE 080398 POC Contract Specialist Rick Stieger (309) 782-8592 (Site Code DAAA09) 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. This synopsis/solicitation is issued as request for proposal (RFP) DAAA09-R-3077. 1 each Turner Envirologic Model CO2465-PSLPX 24,000 SCFM natural gas-fired catalytic oxidizer. Only units with the following minimum characteristics are acceptable. The catalytic oxidizer is required to destroy 95 percent of the flammable gaseous, vaporous and smoke emissions from the paint booths, drying tunnel and solvent cleaning stations in building 190 McAAP. Anticipated volatile organic compounds (VOCs) are: dimethyl phthalate, MEK, MEK peroxide, hydrogen peroxide, methyl isoamyl ketone, xylene, n-butyl acetate, stoddard solvent, styrene and naphtha. Minimum emission rate is anticipated to be 4 pounds perhour. Total minimum air flow through the system shall be 24,000 standard cubic feet per minute at a system inlet minimum static pressure of negative 4 inches, w.c. The main blower and motor will be sized so that, if necessary, 2 more inches, w.c. of draw will be available by changing the power transmission ratio. The natural gas train shall be fabricated to Factory Mutual(FM)/Industrial Risk Insurance(IRI) specifications. The maximum expected system heating time shall be 30 minutes from a cold start. A no-loss type exhaust stack with sampling ports will be provided. The stack discharge height shall be 30 feet above the oxidizer mounting surface. An electronic flame safeguard control of the flame rod or ultraviolet type shall monitor the flame during the entire burning cycle. In the event of flame failure during a firing period, the main fuel valves shall be automatically closed. Manual reset shall be required at the flame supervision control located in the main control cabinet. The system will automatically shut-down in the event any of the following occurs: 1) electrical power to the control panel is lost, 2) proper airflow is lost, 3) air temperature is too high or too low, 4) gas pressure is too high or too low or, 5) the burner flame is extinguished. The system will be designed such that freezing atmospheric conditions (outside air temperature at or below 32 degrees F or 0 degrees C) will not cause a failure to start or an unanticipated shutdown. All electrical installations will be weather proof. Electrical power availability for all motors is 480 VAC, 3 Phase, 60 Hertz. Any electric motor larger than five horsepower shall have a soft start motor starter (no across-the-line starters). The system controls will be situated in an advantageous manner for the operator. Separation between the oxidizer and the control panel is not anticipated to exceed 100 feet. There will be manual emergency controls to shut down the complete operation in the event of a malfunction to prevent damage to the equipment and to reducethe safety hazard. A strip or disk chart recorder will constantly record the catalyst exhaust temperature, making a permanent record of system temperature excursions. The control panel will have a loaded-filter warning system consisting of a differential pressure gage and switch with the gage reading the drop in air pressure across the inlet filter and the switch being connected to a red light that will alert the building maintenance personnel to impending filter failure. The oxidizer will include a customer contact that will enable it to be turned on and off as a Government provided process is turned on or off. Adequate means will be provided by the contractor to permanently mount the equipment to the concrete supporting slab. Standard shop compressed air and water and sewer services are available. The contractor will provide forty (40) hours of technical assistance for adequate installation and start-up of the equipment at the Government site located at McAAP, McAlester, OK. The Government will notify the Contractor at least ten (10) days prior to the date assistance for installation is required. The Contractor will permit observation of on-site final installation activities and system operation performed by Contractor personnel so that Government personnel may become familiar with operation and maintenance procedures. The Contractor will provide drawings and specifications for mounting the machinery in its final position and for supplying electrical power and other utility connections to the machinery no later than three weeks before the delivery date. A functionality and efficiency test of the oxidizer will be conducted by the Contractor and witnessed by MCAAP personnel or their designated representative before the system is packaged and shipped from the Contractor's plant. A measured amount of a flammable solvent will be drawn into the oxidizer after it is brought to operating temperature, and the emissions output measured. The Contractor will provide any measuring equipment and technicians required for thetest. The unoxidized VOC emissions may not be more than 5 percent of the total amount of solvent drawn into the system during the test. An alternative test may be performed if the test is deemed acceptable by the MCAAP representative. Any deficiencies in the system will be corrected prior to shipment. The Final Acceptance Test will be conducted after installation of the equipment at McAAP. Installation shall be accomplished by the Government with assistance of the Contractor. Calibration and final adjustment of the equipment will be accomplished with Contractor's technical assistance. The Final Acceptance Test will consist of: 1) operating the oxidizer during a normal production run of the production line or, 2) a repeat of the pre-shipment test, 3) a stack test performed by a third party at the Contractor's expense. To be acceptable, the system must convert a minimum of ninety-five (95) percent of the contaminants inducted into the oxidizer into non-toxic compounds, such as carbon dioxide and water vapor. The results of the exhaust test may be submitted to the Oklahoma Department of Environmental Quality for acceptance. The Contractor will provide a Manufacturer's Certification on Efficiency Verification or have a stack test performed at the Contractor's expense. The unit will be delivered and accepted at McAlester Army Ammunition Plant, 1 C Tree Road, McAlester, OK 74501-9002 by 15 JAN 99 IAW commercial packaging. If other brands/models are offered, they will be evaluated for acceptability if lowest priced. Please submit specification sheets for evaluation purposes only. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This procurement is Standard Industrial Classification (SIC) code is 3564, small business size standard is 500 employees. The provision at FAR 52.212-1 Instructions to Offerors-Commercial items applies. The provision at FAR 52.212-2 Evaluation-Commercial Items applies. Award will be made to the offeror whose price and recent, relevant record of past performance provides the best value to the government. All offers will be reviewed for technical capability. Only technically acceptable proposals will be considered for an award. Technical acceptable offers will then be evaluated for past performance and price. When compared, price is more important than recent, relevant past performance. Information relative to the evaluation may be sought from available government databases and from other government sources such as the offeror's cognizant Defense Contract Management Area Office. Please Note: Offerors shall include a completed copy of the following provisions: FAR 52.212-3, and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, with their offers. FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR clause 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders- Commercial Items applies to this acquisition and the following clauses apply: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, and 52.222-37. DFAR clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses apply: 252.219-7006, 252.225-7001, 252.227-7015, 252.227-7037, and 252.247-7024. This is a DO rated contract regarding the Defense Priorities and Allocations System. Faxed proposals IAW FAR 52.215-5 are acceptable. Fax proposals to (309) 782-4955, Attn: Rick Stieger. Proposals may be mailed to: HDQ, IOC, Attn: AMSIO-ACI-S/Rick Stieger, Rock Island, IL 61299-6000. FOB: Destination, McAlester AAP, McAlester, OK 74501-9002. Delivery: On or before 15 JAN 99. Issue date is the date this notice is published in the CBD. Closing Date: 2:00 P.M. CDT, 3 AUG 98. NOTICE TO ALL CONTRACTORS: All Contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR). You cannot be awarded a DOD contract whose solicitation is issued after 31 May 98 if you are not registered in the CCR. You may register via the Internet at http://ccr.edi.disa.mil. Further information may be obtained through the Internet at: http://www.acq.osd.mil/ec/faqs. If you do not have Internet access and want to register you may contact the CCR Registration Assistance Center at 1-888-227-2423. Posted 07/10/98. (0191)

Loren Data Corp. http://www.ld.com (SYN# 0278 19980714\44-0002.SOL)


44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index Page