Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
MODIFICATION

41 -- Cyclone Dust Collector System

Notice Date
11/17/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
FA4613-04-Q0008
 
Response Due
11/21/2003
 
Point of Contact
Danielle Knipper, Contract Administrator, Phone 307-773-4740, Fax 307-773-4161,
 
E-Mail Address
danielle.knipper@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation /Synopsis: This combined solicitation/synopsis for commercial items prepared in accordance with 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 written solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-15. The Northern American Industrial Classification System Code (NAICS) 423720, and employee standard size of 500. The proposed contract listed is set aside for small businesses. THE CONTRACTOR SHALL PROVIDE: A complete pulse-jet dust collector system Torit Model 81MBW10 or equal. The system shall be capable of providing continuous on-line cleaning for a volumetric flow rate of 11000 SCFM. The collector system shall operate at an air-to-media ratio of 8.5 :1 (FPM). The model shall include 10’ filter bags. The pulse-jet bag collector shall be supplied in factory-assembled units sized to meet airflow capacities and design requirements. The collector shall have a bolted and welded construction using 12 gauge HRS and designed for a +/- 20” water gauge. The unit shall come complete with pulse-jet pipework, 1” single diaphragm valves, pilot solenoid valves in NEMA control boxes, 4” square x 3/16 wall square tubing compressed air manifold, 4”x 4”structural support legs with cross-bracing, lifting lugs and discharge hoppers with 18” x 18” inside dimension flanged discharge openings with a minimum angle of 60 degree from horizontal. The backside of the hopper shall be a quick opening 22” diameter hopper access door for each hopper. The compressed air reservoir shall be provided with 1” NPT pipe coupling at both ends for attachment of clean and dry compressed air supply at 90-100 PSIG and at a temperature exceeding 150 degrees Fahrenheit. Round-shaped, filter bags made of 16 ounces of polyester felt material with untreated finish shall be supplied. The round bags and galvanized cages shall be secured to the Ό” plate tubesheet by a radial compressive force supplied by a stainless steel spring band in the bag cuff and the cage cap to provide an airtight seal between the bags and tubesheet. This bag and cage combination is not recommended for applications requiring electrical grounding. The filter bags shall be arranged in a vertical configuration, serviced from inside the collector walk-in clean air section. Dust-laden air shall enter the collector through the hopper, impact against a target plate deflecting heavy material down into the hopper. The rest of the dust-laden air passes up through the collector in a flow pattern that has been engineered to minimize abrasion and provide even dust loading on the media surface. Clean air will pass through the media, enter the clean air chamber and exit the collector. The collector shall be controlled by a solid-state printed circuit cleaning control. The cleaning control shall progressively energize pilot solenoid valves, which cause the corresponding diaphragm valve to send a pulse of 90-100 PSIG supply compressed air into the blowpipe. The pulse will be discharged from the air manifold through the diaphragm valves, through the blowpipe, through the filter venturi, and into the filter bags. The high-pressure pulse will enter the inside of the bags, blowing the dust from the surface of the media. One row of bags shall be cleaned per pulse. Dust will be discharged from the hopper(s) at the base of the collector. Collector is to be explosion protected and designed in compliance with NFPA 68. Explosion venting required. Collector to be provided with caged ladder and access platform to walk in clean air plenum. Collector hopper base shall provide a minimum of 66” clear below rotary valve discharge. Torit Model 16 AN Rotary Valve or equal with a 1 hp TEFC drive with proper guards. Rotary valve requires zero speed indicator. Collector shall include a sprinkler tap for future installation of a sprinkler head. Hopper to include a hopper level indicator. Contractor shall provide a factory electrical control panel to include magnetic motor starters for main blower and rotary valve and to include required interlocks for starting/shut down of system. Panel to include Delta P controller for reverse pulse filter cleaning. Locate new control panel inside shop. Collector to include a 10-year material and workmanship warranty. New central blower to be Hartzell Backward Curved Model A03-9-333 BC-70STO PR3 or equal, 40 hp TEFC 460v 3 ph motor including drives for 1900 rpm, access door, flanged inlet/outlet/belt/shaft guards and inlet box for proper air inlet flow. Blower sized for 11,000 cfm @ 13’ s.p. 31 BHP required. Provide new central dust collection ducting system to connect to 25 wood working tools with 27 duct positions in existing shop. Locate new collector/blower on existing concrete slab and create a new concrete slab for the new unit. Confirm slab construction will support new collector/blower weight. Source capture ducting system to be Torit Easy Duct Clamping Material or equal to include piping in 5’ lengths, slip fittings, sweep elbows @ a minimum of 1.5d centerline radius, full slide gates, clamps welded tapered 30 degree branch take-offs and hose adapters. Ducting system required for size 22” diameter and smaller. Design duct velocity to be 4000 fpm minimum. Installation to include collector/blower rigging, ducting installation, compressed air connection to collector, wall/roof penetrations and hood fabrication as required. Include tear out of existing duct line inside shop. Include compressed air regulator and moisture separator. Custom fabricated material to include collector/blower, inlets/outlets, misc. hood connections and wall trims. Provide blower discharge ducting, two-way blower discharge damper and 6 outlet return air ducting from blower to building. Recommended return duct velocity 2000-25000 fpm insulate first 10’ of duct from blower discharge with 2” insulation. Enlarge duct O.D. to keep sizing consistent. Contractor to also include separate vacuum dust collection for two sanding tables. Collectors to provide high pressure dust collection with direct connection to 6 hand tools operating simultaneously. Include dust collector, vacuum producer, ducting, tool connections/adapters. Locate collector outdoors. Unit shall have appropriate sized ducting and drops. Contractor to tear out existing cyclone dust collector and blower. Contractor also to evalutate circut system for installation of dust collector. Site Visit is scheduled for 18 Nov 2003, at 1400 hrs. Please contact Danielle Knipper at (307)773-4740, to set up access to FE Warren AFB. The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the blanks filled in as follows: Request for Quotation will be evaluated for price and compatibility with specifications. Quotes shall include pricing information to include material unit price and extended total as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b) (5), (14), (16-19) and (29). The following clauses are also applicable to this acquisition: DFARS 252.225-7036, Buy American Act –North America Free Trade Agreement; DFARS 252.232-7003, Electronic Submission of Payments and DFARS 252.204-7004, Required Central Contractor Registration. Quotes will be received at 90 CONS/LGCB, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860 until 4:30 P.M. local time on 21 Nov 03. Danielle Knipper may be contacted at (307) 773-4740, for additional information. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/90CONS/FA4613-04-Q0008/listing.html)
 
Place of Performance
Address: FE Warren AFB, WY
Zip Code: 82005
Country: USA
 
Record
SN00543496-F 20040313/040312000859 (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.