|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 49 -- PNEUMATIC TEST STAND AND CHAMBER ASSEMBLY SOL N00244-99-T-B129
DUE 083099 POC Catherine McCollum, Phone (619) 532-2886; Fax (619)
532-2575 WEB: Click here to obtain more information about FISC San,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracts Specialist via, catherine_i_mccollum@sd.fisc.navy.mil.
IMPORTANT NOTICE: DFARS 252.204-7004, "Required Central Contractor
Registration" applies to all solicitations issued on or after 6/1/98.
Lack of registration in the CCR database will render an offeror/quoter
INELIGIBLE FOR AWARD. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or visit the Internet
at http://ccr.edi.disa.mil for more information. This announcement is
published as a Total Small Business Set-Aside action per FAR 52.219-1
and 52.219-6 (this means you must be a small business, quoting the
product of a small business manufacturer); all eligible, responsible
sources may submit an offer. This is a combined synopsis/ solicitation
for commercial items prepared in accordance with FAR Part 13 and the
format in FAR Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the ONLY
solicitation; quotes are being requested and A SEPARATE WRITTEN
SOLICITATION WILL NOT BE ISSUED. Solicitation number/ RFQ
N00244-99-T-B129 applies. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-12.The Standard Industrial Code is 3699 and the business
size standard is 750 employees. This requirement is for a fixed-price
contract for a single line item as follows: 1 Pneumatic Test Stand and
Chamber Assembly. Specifications are as follows: TEST COMPONENTS:
Various types, sizes and pressures of pneumatic control valves. TEST
PRESSURES: 0-100 psi Low Pressure Air Test, 100-5,000 psi High Pressure
Air Test@ ambient temperatures. GENERAL DESCRIPTION: Pneumatic Test
Stand will be designed to perform pneumatic testing of various valves
and components inside a test chamber. The test stand consists of a High
Pressure Compressor, Test Chamber with built-in test cart, and a
control console. TEST CHAMBER: Free standing enclosure 36" wide x 36"
deep x 72" high. The chamber will have a front access door the full
length of the unit. The test chamber will be constructed of steel and
Lexan. It will have a 3/16" thick inside and outside steel skin, with
a " Lexan sandwiched in between. The front door will be a swing out
type with heavy duty hinges and locking latch. There will be two front
Lexan viewing windows with two layers of " Lexan. There will be a
third Lexan viewing window adjacent to the control console. The outer
chamber will be powder coated blue, while the inside skin of the
chamber will be powder coated white. A light canopy with Lexan shield
will be incorporated at the top of the chamber. It will also have a
vent exhaust port to relieve test pressure in the event of a failure.
The chamber door will have a Safety Interlock switch to activate and
automatic pressure dump valve to prevent access to the chamber under
pressure. TEST CONSOLE: Shall be fabricated out of 12 gauge sheetmetal,
powder coated. The console will be 36"L x 36"W x 36"H. The gauge panel
will contain all the gauges, valves, regulators, and flow meters. A
digital test timer complete with audio/ visual alarms, and both AC and
DC panel meters will also be installed in the gauge panel. The front
of the cabinet will have a swingout door with lock, and removable
access panels at the rear. AIR COMPRESSOR ASSEMBLY: A high-pressure air
compressor with built-in tank shall be included with the test stand.
The compressor shall be electric-driven, 220VAC, #phase, 3 stage,
0-5,000 psi, complete with motor starter, automatic drain valve,
pressure switch, liquid filled pressure gauge, 0-5000 psi, intake
filter, pressure relief valves, all mounted on a powder coated frame.
The compressor shall have a 10.8 SUM flow rate @ 3000 psi. A 10-gallon
ASME certified tank shall be installed as the storage tank for the
test stand, and will be provided with gauge and relief valve. A 10'
long high-pressure h- will be included for hookup to the test console.
TEST SYSTEM: All high-pressure fittings and tubing shall be stainless
steel rated for the required test pressures. All High Pressure hoses
shall be at least 5000 psi rated and hydrostatically pressure tested to
10,000 psi with certifications. GAUGES: All test gauges shall be 4 "
dial, lower back port, all stainless steel, liquid filled, with mirror
dial pointer with 0/0 accuracy full scale, front flange panel mount.
Test gauges mounted on the panel shall also have automatic pressure cut
out valves installed. The following range gauges shall be used for LP
air side: 0-10 psi, 0-15 psi, 0-3- psi with 0.2 psi increments, 0-60
psi with 0.5 psi increments, 0-100 psi, 0-150 psi with 1 psi
increments. The following shall be used for HP air side: 0-200 psi,
0-3-psi with 2 psi increments, 0-600 psi with 5 psi increments, 0-1000
psi with 10 psi increments, and 0-5000 psi with 100 psi increments.
VALVES: Stainless steel soft seat valves, rated at 6000 psi, panel
mounted. Automatic dump valve shall be normally open air to close, soft
seated valve with solenoid actuator. REGULATORS: High pressure
stainless steel regulator, panel mounted, 6000 psi inlet with a 0-6000
psi outlet range. Low-pressure regulator shall be precision type,
panel mounted, 0-100 psi outlet range. FLOW METERS: Panel mounted,
0-1.0 SCFM and 0-20 SUM with quick disconnect ports. TEST TIMER: Front
panel adjustable, digital, red LED, 0-99 minute, seconds or hours,
complete with panel mounted pilot light and alarm. SAFETY FEATURES: (1)
Heavy-Duty Test Chamber complete with " Lexan viewing windows (2
layers), swing out door with latch. (2) Safety Interlock Switch:
prevents operator from pressure testing inside the chamber unless the
door is closed. (3) Safety Warning Strobe Light to warn personnel
during testing. WARRANTY AND TRAINING: 1 year full warranty, plus 1
full day training at customer's facility. Three copies of Technical
Instruction Manual with parts list to be provided. All pneumatic test
stand and chamber assembly shall be delivered to San Diego, CA.
Inspection and acceptance shall be at destination. F. O. B.
Destination. Clause 52.212-4, Contract Terms and Conditions Commercial
Items, applies as well as the following addendum clauses: FAR
52.219-1, Small Business Program Representations; FAR 52.219-6, Notice
of Total Small Business Set-Aside; FAR 52.211-5, Material
Requirements. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans
and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for
Workers with Disabilities; FAR 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era; and FAR 52.232-33,
Payment by Electronic Funds Transfer -Central Contractor Registration.
DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions or Commercial Items, applies with the following clauses
applicable for paragraph (b): DFARS 252.225-7001,Buy American Act and
Balance of Payments Program; DFARS 252.225-7014, Preference for
Domestic Specialty Metals; and DFARS 252.225-7012, Preference for
Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND
INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR
52.212-3, Offeror Representations and Certifications -- Commercial
Items, FAR 52.209-5, Certification Regarding Debarment, Suspension,
Proposed Debarment, and Other Responsibility Matters. The Government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the Government considering price and
price-related factors. Provision 52.212-2, Evaluation -- Commercial
Items, applies with paragraph (a) completed as follows: Award will be
made to the offeror that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. To be determined
technically acceptable, the offeror must furnish sufficient product
literature that demonstrates the product offered meets all requirements
stated in the above purchase description. Parties responding to this
solicitation may submit their quote with their standard commercial
practices (e.g. on company letterhead, formal quote form, etc.) but
MUST INCLUDE THE FOLLOWING INFORMATION: company's complete mailing and
remittance address, discounts for prompt payment, if any (e.g. 1% 10
days), anticipated delivery/ availability of product, the company's
CAGE code, Dun and Bradstreet number, and Taxpayer Identification
Number. In addition, literature must be included. All FAR
certifications and representations specified above must also accompany
your quote. Quotes must be received no later than 3:00 p.m., local
time, on Monday, August 30th, 1999. Quotes will be accepted via fax
(619) 532-2575 or via email (catherine_i_mccollum@sd.fisc.navy.mil)
ONLY. DO NOT MAIL. See numbered notes 1. Posted 08/13/99 (W-SN367758).
(0225) Loren Data Corp. http://www.ld.com (SYN# 0259 19990817\49-0003.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|