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