Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS

46 -- CENTRIFUGE PURIFIER UNIT

Notice Date
July 27, 2001
Contracting Office
International Boundary & Water Commission, United States Section, The Commons, Building C, Suite 310, 4171 N Mesa St., El Paso TX 79902-1441
ZIP Code
79902-1441
Solicitation Number
SOL RFQ-H-14-01
Response Due
August 8, 2001
Point of Contact
Irma Gurrola (915)832-4716 or Dolores Hinton (915)832-4120
E-Mail Address
IBWC, Acq. Div. (irmagurrola@ibwc.state.gov or doloreshinton@ibwc.state.gov)
Description
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. The solicitation number is RFQ H-14-01 and is being issued as a Request for Quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This requirement is 100% set-aside for small business concerns (applicable Commerce Business Daily Numbered Note: 1). Quotations received from concerns that are not small business concerns shall be determined unacceptable and shall not be considered for award. The applicable NAICS code for this procurement is 333132 with a small business standard of 500 employees or less. The United States Section of the International Boundary and Water Commission, United States and Mexico (USIBWC), has a requirement for a firm-fixed price for a Centrifuge Purifier Unit for Power Plant Turbine Oil Cleaning. The purifier shall be a modular unit designed for continuous duty and water drainage. Capacity of unit shall be 400 gph of 2000 SSU lubricating oil at 50 oF (325 SSU @ 100 oF). The Purifier shall, when operating on new oil with a variable water content of 0.5%/volume to 4% volume and with solids content up to 0.1%/volume, deliver in a single pass a purified oil containing no more than 0.05% or less water/volume and 0.02% solids/volume. Maximum particle size shall be 40 micron. Oil contained in the separated water shall be maximum 0.5%/volume. The purifier shall be completely factory assembled, piped, wired and tested, requiring only connection to a 480 volt, 3 phase, 60 cycle electrical service. The unit shall be shop painted with manufacturer's standard prime and finished coats. The complete unit shall include the components as described below: Centrifuge shall be a disc design bowl with stainless steel and bronze components, hinged cover of vapor proof design and a cast iron frame. Unit shall be equipped with a gear feed pump, paring device (centripetal pump) for light phase discharge, gravity discharge for heavy phase and removable stainless steel sludge holder. Centrifuge shall include strainer, illuminated sight glass, sample cocks, pressure gage, thermometer, seal water connection and integrating flowmeter revolution counter, bowl lifting device (hand operated crane), normal spare parts for one year of operation, special tools and operating and maintenance manual. Centrifuge and inlet pump shall be driven by a 7.5 HP, 460 volt, 3 phase, 60 cycles, explosion proof motor through a centrifugal clutch. Seal Water Supply will be powerhouse raw water system available at 50 to 110 psig. Contractor shall provide block valve and suitable pressure reducing valve with strainer and hose connections to purifier. Oil heater shall be electric and powered by 480 volt, 3 phase, 60 cycle service. Heater shall be sized to heat oil from 50oF to 160oF at the specified flow rate of the purifier centrifuge. Heater coils shall be removable without interrupting oil flow or causing any leakage. Heater power shall be 480 volt, 3 phase, 60 cycle. Heater units shall be "UL" approved for oil heating and come complete with thermostat to shut off power at control point. A flow b-pass shall be provided to reduce feed rate into purifier bowl and heat exchanger when improved cleaning action is required. Feed pump shall be a positive displacement rotary gear pump with belt drive to produce varying output capacity up to 500 gph depending on viscosity and head conditions. Pumps shall be capable of 15 foot suction lift and 55 psi delivery pressure. Relief valve shall be adjustable. Across the line, magnetic starters complete with required auxiliary contacts for control and alarm circuits will be furnished under SECTION: ELECTRICAL REGULATIONS, WORKMANSHIP, MATERIALS AND EQUIPMENT. Electrical controls shall be securely supported and attached to purifier unit. Controls shall be in a NEMA type 1 enclosure and include but not be limited to start stop push buttons, control transformer, magnetic motor starter. Indicating lights or alarms shall be part of unit wiring. A feed stop solenoid valve shall be included with the purifier. This valve automatically closes if the power to the purifier motor is interrupted. Likewise the valve automatically opens when starter is reenergized. Valve is wired into the control circuit. An emergency breakover switch shall be installed on the purifier. This switch is normally open but closes upon detection of excessive flow and the breakover detection relay shuts down the centrifuge. Switch is wire into the control circuit. The machine must be restarted by pushing the "start" button. Drain oil collection tank shall be sized to have capacity sufficient to receive and store all the oil that can be drained from the purifier unit at shutdown. Tank shall include inlet hold-down clamps to accommodate flexible drain hoses from all drainable locations. Provide a dip-tube and flexible drain hose connections for the feed pump suction to permit pickup of collected oils at subsequent start-up. Tools shall include special operation and maintenance tools. Assembly and Tests. Nit shall be functionally and mechanically tested at the factory. Contractor shall provide the Contracting Officer with five (5) certified copies of the tests or provide certified copiers of the tests made with duplicate models under duplicate test conditions. Base. Entire package purifier unit shall be mounted on a structural steel base complete with drip rims tapped for drain connections and hinged draw tongue. The structural base shall include roller or ball bearing wheels with wide tread rubber tires. Front wheels shall be caster type. Two hoses 1-1/2 inch size, 20 feet long with quick acting couplings and a stacking rack on purifier shall be provided. Six spare matching couplings shall be provided for each hose end other than purifier end. Offerors must submit a firm fixed price. Offers submitted on any other basis may be rejected. The place of delivery and acceptance is the USIBWC, Amistad Dam Field Office, Highway 90 West, Del Rio, TX. Quote should be FOB destination. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition and is incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and is incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to the acquisition and is incorporated by reference.. The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive order applicable to acquisitions of commercial items The additional FAR clauses cited in 52.212-5 that are applicable to the acquisition are as follows: 52.203-6 -- Restrictions on Subcontractor Sales to the Government; 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8 -- Utilization of Small Business Concerns; 52.219-14 -- Limitations on Subcontracting; 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.225-1 -- Buy American Act -- Balance of Payments Program -- Supplies; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-34 -- Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.232-36 -- Payment by Third Party; 52.233-3 -- Protest After Award. The referenced provisions and clauses are available on the Internet at http:www.arnet.gov/far/. Offerors shall provide three (3) customer references with business name, address, and point of contact with telephone and facsimile numbers. Quotations are due August 8, 2001 by 12:00 Noon MDT at the International Boundary and Water Commission, United States and Mexico, United States Section, Attn: Dolores Hinton, RFQ H-14-01, 4171 North Mesa, C-310, El Paso, Texas 79902-1441. For further information contact Dolores Hinton at (9l5) 832-4120. Intenet address: http://www.doloreshinton@ibwc.state.gov. Offerors may submit facsimile quotations as responses to this solicitation. Facsimile quotations are subject to the same rules as paper quotations. The telephone number of receiving facsimile equipment is: (915) 832-4192. If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document: (1) the Contracting Officer shall immediately notify the offeror and permit the offeror to submit the proposal; (2) the method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) the resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The Government reserves the right to make award solely on the facsimile quotation. However, if requested to do so by the Contracting Officer, the apparently successful offeror shall promptly submit the complete original signed quotation. All offers must be signed. Offers should include: Business name and address; Taxpayer Identification number; DUNS number; and business size; Woman-owned; Minority-owned. Price must be F.O.B. Destination. EMAILADD: doloreshinton@ibwc.state.gov
Web Link
IBWC, Acq. Div. (http://www.ibwc.state.gov)
Record
Loren Data Corp. 20010731/46SOL003.HTM (W-208 SN50T2W5)

46 - Water Purification and Sewage Treatment Equipment Index  |  Issue Index |
Created on July 27, 2001 by Loren Data Corp. -- info@ld.com