Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

43 -- Air Compressor/Dryer System

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-F33TSP23580200A
 
Point of Contact
Gwendolyn Quinn, Contract Specialist, Phone 850-882-0362, Fax 850-882-4916/1860, - Gregory Parry, Contracting Officer, Phone 850-882-0343, Fax 850-882-4916,
 
E-Mail Address
gwendolyn.quinn@eglin.af.mil, gregory.parry@eglin.af.mil
 
Description
The Air Armament Center (AAC), Eglin AFB, FL intends to award a Fixed Price Purchased Order for AIR COMPRESSOR/DRYER SYSTEMS. This is a combined/solicitation for commercial items utilizing FAR 13.5, Test program for certain Commercial Items and prepared in accordance with the format found in FAR Subpart 12.6 as a 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 announcement number is F33TSP2358020A. The solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 333912, with a size standard of 500 employees. This requirement is based on full and open competition. If you feel your company meets the Government requirements, please identify your business size in your response based upon this standard. The COMPRESSOR/DRYER SYSTEM shall meet the following requirements: Furnish two (2) complete air compressor/dryer systems. Each system shall be capable of delivering a continuous supply of compressed air, to our air receivers, at a minimum net flow rate of 500 SCFM, 195 PSIG, and minus forty (-40) degrees Fahrenheit dew point, as measured at the dryer outlets. Any air flow necessary for the operation of the dryers shall be in excess of the minimum net flow rate of 500 SCFM. The design inlet conditions shall be 94 degrees Fahrenheit (94 F), 14.5 PSIA and 57% relative humidity. The compressor/dryer system shall be skid mounted, either together or separately. In either case all necessary connections to join the compressor to the dryer shall be furnished. The compressor/dryer system shall be designed and furnished for operation outdoors. All enclosures necessary for the system to function outdoors shall be included. As a minimum the compressor shall have a permanent environmental enclosure capable of protecting the equipment from rain, temperatures and salt air conditions found at Eglin AFB, Florida and within 1 mile of the Gulf of Mexico. The compressor enclosure shall have maintenance access provided by removable hinged covers with gaskets. The compressor enclosure shall have rain protection for the air inlet to allow for operation in rain conditions without allowing water to enter the compressor. The dryer section shall be designed for outdoor operation with or without an environmental enclosure, but as a minimum shall have all protection necessary to operate under the same condition listed for the compressors. The compressor/dryer system and all its components shall be free of grease, dirt, and weld spatter prior to finishing and all surfaces shall be primed prior to finish coating. The finish coat shall be an epoxy enamel coating suitable for use in a salt air environment as found on or near the ocean. The compressor/dryer system shall operate on a 480 volt, 3 phase, 60Hz power supply (furnished by the government) and any other power requirements by either the compressor/dryer or its associated equipment shall be furnished by transforming the 480 volt system. The transformers necessary for the operation of the system shall be furnished with the compressor/dryer system and shall meet the same environmental requirements as the compressor/dryer system. The compressor/dryer system shall be complete and ready for operation after installation on the government furnished concrete pad and connection to the power supply. All equipment shall be delivered to 46TW/TSRML BLDG 440, 802 N. Second Street, Eglin AFB, Florida. Installation of the equipment shall be by others. The equipment shall be unloaded by the government. The bid shall include factory startup of both units. The startup of both units can be performed at the same time. The COMPRESSORS shall meet the following minimum requirements: 1) All controls and indicators necessary for operation 2) Complete oil system with controls and indicators necessary for operation 3) Electronic pressure regulating system for air delivery 4) Compressor shall be air cooled 5) Two stage high efficiency air inlet filter with a eight micron or better rating 6) Air inlet valve/unloader assembly 7) Drive system with TEFC motors 8) High efficiency air/oil separator with ASME coded tank and pressure relief valve 9) Oil stop valve 10) Minimum pressure valve 11) Check valve 12) Oil cooler bypass valve 13) Oil filter 14) Oil level indicator 15) After cooler 16) High efficiency moisture separator with automatic and manual drain 17) All starters and control transformers necessary for connection to the 480 volt power supply 18) Complete automatic control system necessary to maintain a 195 PSIG air supply to the air receivers 19) Maximum oil carryover of 0.1 PPM 20) Anti condensation heaters or other system necessary to remove moisture from the oil system 21) Minimum displays and indicators as follows: outlet air temperature, delivery pressure, air filter delta pressure, oil separator delta pressure, high outlet temperature warning/shutdown, drive motor overload warning/shutdown, fan motor overload warning/shutdown, emergency stop warning/shutdown, air filter service indicator, oil filter service indicator, any other indicators or displays necessary for safe operation of the compressor system. The DRYERS shall meet the following minimum requirements: 1) All controls and indicators necessary for operation 2) All starters and control transformers necessary for connection to the 480 volt power supply 3) Complete automatic control system necessary to maintain a 195 PSIG air supply to the air receivers 4) Shall deliver air at full compressor flow to the receivers at -40 degrees F. dew point and at fully continuous operation 5) Maximum .3 micron pre filter 6) Maximum .3 micron after filter 7) Auto drain 8) Dual tower, fully automatic regenerative type 9) Full charge of desiccant 10) Pressure vessels with 1/16 inch minimum corrosion allowance 11) ASME coded pressure vessels with pressure relief valves 12) Towers with desiccant fill and drain ports 13) Minimum displays and indicator as follows: differential pressure gauge, sequence lights, moisture indicator, demand cycle control, digital dew point monitor, high humidity alarm, failure to switch alarm, any other displays, indicators, alarms, or controls needed for safe operation. BID PACKAGE MINIMUM REQUIREMENTS are as follows: 1) Address all itemized requirements listed in the above text. 2) Provide spec sheets for all major components. 3) Include details for weather protection and design of compressor enclosure. 4) Show manufactures data verifying compressor capacity and net dryer production adjusted for design inlet conditions. The SHIP TO ADDRESS is: 46TW/TSRML BLDG 440, 802 N. Second Street, Eglin AFB, Florida. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10.FAR 52.212-1, Evaluation-Commercial Items- (Oct.00), and any addenda to the provisions as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan.99) Evaluation will be based on the following factors: price and technical (capability of item(s) offered to meet the government's needs); 52.212-3 Offeror representations and Certifications-Commercial Items- (Jul.02) (Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Gwendolyn Quinn at the below e-mail address); 52.212-4 Contract Terms and Conditions-Commercial Items- (Feb.02), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items- (May 02); 52.232-33, Mandatory information for Electronic Funds Transfer payments- (May 99); 52.247-34, 52.252-2, Clauses Incorporated By Reference-Feb.98 (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 252.204-7004, Required Central Contractor Registration (CCR)-(Nov.01); 252.221-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items- (Jul.02). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00P.M. Central Standard Time on 14 May 2003. Send all quotation to AAC/PKOBS, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916, or by E-mail at Gwendolyn.quinn@eglin.af.mil or gregory.parry@eglin.af.mil.
 
Record
SN00314228-W 20030501/030429213442 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.