Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

43 -- K60-D 5000PSI SERVICE MOBILE CLASS D COMPRESSOR

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0352
 
Response Due
6/1/2004
 
Archive Date
7/31/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 contractor shall provide 60 CFM 5000-PSI Service Fill System with the following: FAD SCFM 50, Charging Rate 60, HP 60, RPM 1350, Block K230, Purification System P12 Securus, Air Proces sing Capability 420,000 cubic feet. The compressor shall be an air-cooled, oil lubricated, four stage, three cylinder, single acting, reciprocating compressor. The crankcase shall be cast of a high strength, aluminum alloy. The crankshaft shall be of a s ingle piece forged steel construction and supported in the crankcase by three long-life roller bearings. The connecting rods shall be of single piece design and constructed of a high strength aluminum alloy. Each connecting rod shall incorporate a roller bearing at the crank end and a needle bearing at the pin end. The pistons shall be constructed of an aluminum alloy. Piston rings shall be cast iron. The cylinders shall be of cast iron construction with deep cooling fins on the external surface for op timum heat dissipation. The cylinders shall be arranged in an inverted T configuration. The 1st and 2nd stages shall be housed in one common, stepped cylinder, which shall be the vertical leg of the inverted T. The 3rd and 4th stages shall be opposite e ach other and form the horizontal leg of the inverted T. The first, second and third stage pistons shall be equipped with conventional type piston rings. The fourth stage piston shall be a floating piston with eight chromium-plated quad piston rings runn ing in a cylinder liner. The floating piston shall be guided by a retainer which, in turn, shall be connected to the guide piston. An intercooler shall be provided after each stage of compression and an aftercooler shall be provided after the final stage of compression. The coolers shall be individually detachable from the compressor, located directly in the cooling fan??????s blast and made of a corrosion resistant material. The aftercooler shall be designed to cool the discharge air to within 18 degre e F of ambient temperature. A cool-down cycle shall not be required prior to stopping the compressor. A separator shall be supplied after the second and third stages of compression, and a coalescing separator shall be supplied at the discharge of the comp ressor. An automatic condensate drain (A.C.D.) system shall be supplied for all of the separators. Adjustable drain timers shall be factory preset to drain the separators approximately every fifteen minutes for approximately six seconds. The A.C.D. syst em shall unload the compressor on shutdown for unloaded restart. An exhaust muffler and condensate reservoir shall be supplied. Manually operated valves shall be supplied to override the automatic operation of the A.C.D. system for test and maintenance p urposes. The compressor shall be lubricated by a combination splash and pressure lubrication system. A pressurized lubrication circuit shall lubricate the final stage of compression. The other stages and the driving gear shall be splash lubricated. The pressure lubrication circuit shall include a positive displacement oil pump, belt driven by the crankshaft, an oil pressure regulator and a spin-on automotive type oil filter. A sight glass shall be included to check the oil level. The oil drain for the compressor shall be piped to the outside of the frame. The compressor shall be equipped with an inlet filter with replaceable particulate elements. The compressor shall be supplied with a 60 HP air-cooled diesel engine. The engine will be supplied with: Electric start 12 v DC, centrifugal clutch and speed control solenoid, Fuel filter, Oil filter, Oil pressure gauge, Alternator, Ammeter, Inlet filter, replaceab le element type, Fuel tank, Battery holder for supplied battery, Battery Isolation Switch, Exhaust muffler with spark arrestor, Adjustable idler pulley for v-belt tensioning, Air pressure switch. The unit shall be equipped with an OFF/ON selector switch. When the selector switch is in the ON position, the compressor/motor shall automatically start and stop to maintain the system??????s operating pressure between the high and low set points of the final pressure switch. A nonresettable hourmeter shall be s upplied to record the number of compressor operating hours. The compressor oil pressure shall be monitored by a pressure switch and pressure gauge. The compressor shall shut down and a fault light illuminate should the compressor??????s oil pressure dr op below the factory preset value during operation. The oil pressure switch shall be by-passed during start-up to permit the oil pump to achieve the normal operating pressure. A temperature switch shall be supplied on the discharge line of the final stage of compression. The compressor shall shutdown and a fault light illuminate should the final stage discharge temperature exceed the tamper-proof set point during operation. The instrument panel shall include a pressure gauge for each stage of compression, a pressure gauge for compressor oil pressure, ignition switch, hourmeter, ammeter (to indicate if the battery is being charged during operation) and fault lights. All instrument panel mounted pressure gauges shall be 2 ???? inch diameter and be liquid fil led. The purification system shall purify high-pressure air to a quality that meets or exceeds the requirements of CGA Pamphlet G-7, Compressed Air for Human Respiration, ANSI/CGA G-7.1, and Commodity Specification for Air, Grade E, and all other recognize d standards for breathing air. Purification shall be achieved by mechanical separation of condensed oil and water droplets, adsorption of vaporous water by a desiccant, adsorption of oil vapor and elimination of noxious odors by activated carbon and conve rsion of carbon monoxide to respirable levels of carbon dioxide by catalyst. The high-pressure purification chambers shall be designed for a working pressure of 5000 PSIG. The purification system shall utilize replaceable cartridges. The purification sys tem shall be designed so that the replacement of the cartridges can be accomplished without disconnecting system piping. The design of the chambers shall preclude the possibility of operating the system without cartridges installed or with improperly inst alled cartridges. A bleed valve shall be provided to vent the purification system to facilitate replacing the cartridges. A pressure maintaining valve and a check valve shall be supplied downstream of the purification system to increase the efficiency of the purification system by maintaining a positive backpressure. A check valve shall be supplied between the coalescing separator on the compressor??????s discharge line and the purification system to maintain the positive pressure in the purification sys tem when the compressor shuts down. The purification system shall include Bauer??????s patented Securus Electronic Moisture Monitor System. A sensor shall be located in the Securus purifier cartridge for direct monitoring of moisture level. A display mod ule shall be supplied to indicate the status of the Securus cartridge. The display module shall be installed on the instrument panel. The moisture monitoring system shall warn the operator, in advance, of the impending saturation of the Securus cartridge . The system shall shut down automatically should the operator fail to change the Securus cartridge within the warning period. The system shall not be capable of restarting until the used cartridge is replaced with a new one. The moisture monitoring sys tem shall be of a fail-safe design. Should the electrical contact between the display module and sensor be disconnected, an immediate fault shut down shall be affected. For absolute safety and highest quality breathing air, no manual override shall be supplied for the moisture monitor. The CONTAINMENT FILL STATION shall be built and tested to conform to NFPA 1901, 1999 edition. The fill station shall be design ed for operation indoors or for truck compartment installation. All instrumentation, controls and access to the containment fill station shall be located at the front of the unit for single point operator control. The fill station shall be supplied on a s tructural steel frame of welded construction and shall be fully enclosed. A fill control panel shall be installed on the front of the fill station. The control panel shall be factory piped and designed to fill three SCBA or SCUBA cylinders either independ ently or simultaneously. The control panel shall include the following standard features: Inlet pressure gauge, Top Mount Four Bank Cascade Panel with or without Air Direction Valve, Adjustable pressure regulator, Regulated pressure gauge, Three (3) fill control valves, Three (3) fill pressure gauges, One (1) relief valve for regulated fill pressure. All piping and tubing shall be properly supported and protected to prevent damage from vibration during shipment, operation or maintenance. Piping and tubin g shall be installed in a neat and orderly arrangement, adapting to the contours of the station. All instrument tubing shall be 300 series stainless steel. All control panel mounted pressure gauges shall be 2 ???? inch diameter and be liquid filled. All panel-mounted components shall be labeled with an engraved nameplate. The front-loading, three position; containment fill station shall totally enclose the SCBA cylinders during the refilling process. The fill station??????s outer enclosure shall be cons tructed of ???? inch thick steel. The fill station door shall be constructed of ???? inch thick steel plate and reinforced by two ???? inch thick steel cylinder holders, providing a ???? inch thick steel protective safety barrier between the operator and the refilling process. The fill station shall be ergonomically designed for maximum operator convenience and safety for refilling cylinders. The fill station door and cylinder holder assembly shall tilt out towards the operator, providing unobstructed ac cess to the cylinder holder to load and unload the cylinders. A slip resistant handle and heavy-duty gas spring shall be incorporated into the design of the fill station to assist the operator in opening and closing the fill station door. Each cylinder ho lder shall be lined with ABS plastic strips to prevent scuffing the outer surface of the SCBA cylinders. For complete operator protection, the fill station shall include a three-point pneumatic safety interlock system that will prevent refilling SCBA cyli nders unless the fill station door is closed and secured in the closed position. Three fill hoses shall be located within the fill station. Each fill hose shall be equipped with a bleed valve and SCBA fill adapter of choice. CGA-346 male adapters shall b e provided to anchor the fill hoses when not in use. The Trailer shall include the following: 20 foot Express Wagon, Base Model - EV12025 - 93 1/411 Body Width, Pair of Heavy Duty Rear Cornerpost Jacks - 3000lb Static Load Capacity, Three Piece A Frame Inc luded, 2 5/1611 Adjustable Height Coupler (25000lb G74R Capacity), D.O.T. Compliant 5/1611 Safety Chain with Clevis Safety Slip Hook and Latch, 811 x 311 Rectangular Steel Tube Mainrails with Equal Height C Section Crossmembers & Square Outriggers, 6000lb Torflex 411 Drop Axle with 8 Stud Rubs and Drums with E/Z Lube, Wells Cargo Weather Resistant Wiring Package with 1211 Electric Brakes, ST235/80RI6 Load Range D Radial Tire Mounted on an 8 Bolt Electro Deposition Coated Silver Spoke Wheel, Chassis Fully Un dercoated with CPC (Corrosion Preventative Compound), 6161, inside Height, 72 3/411 Vertical Posts Located on 1611 Centers, Single Curbside Door, Aluminum RH Hi nge with Flush Lock, Opening 36 inch W x 69 inch H, Double Rear Doors with Aluminum Anti-Rack Cam Bar Lock Opening 85 ???? inchW x 69inch H, Pair of 120 LB, Power Assist Gas Awning Rods INSTALL I SET PER AWNING, Lift Up Roadside Awning - Includes Swing Out Awning Rods, Lift Up Curbside Awning - Includes Swing Out Awning Rods, Inside Counter Height, ???? inch Exterior Grade Plywood Floor, Exterior Surface Undercoated, Interior Surface Painted Gray, ???? inch, White Vinyl Plywood interior Sidewall Liner, Full Width Ceiling Lined with 1/411 White Vinyl Covered Plywood Contoured to Roof Radius (Does not Include Lining End Caps), Line Both End Caps to Match Curved Ceiling Liner, 12 Volt Dome Light with Optic Lens, 3 Way, 12 Volt wall Switch, .030 Prefinished Whit e Smooth Exterior Aluminum Installed, Vertically with Non-Corrosive Mechanical Fasteners, Install Conspicuity Tape on Both Sides and Rear of Trailer, Wells Cargo L.E.D. Safety Package - Consists of L.E.D., Clearance Lights in Place of Standard Clearance Li ghts, Clearance Lights on Rear Roof Cap used as High Profile Brake, Light & Side Mounted Center Clearance Light used as Turn Indicator, L.E.D. Wraparound Tail Light with integrated Side Rear Marker Light, S.A.E. Color Coded 12 Volt Electrical System, Exter ior Lighting Package, D.O.T. A Frame Mounted 22 Amp Hour UI Series Battery, Breakaway Switch, Aluminum Mounting Bracket, Cover, Battery Charge Indicator, and Diode isolation. Battery Acid Included, Seven Way Trailer End Connector, Full Step Rear Bumper, Re cessed Side Entry Door Step, Lift Hooks and D-Rings, Pintle Hitch. This entire system is to be sound dampened to 83 dba utilizing various sound deadening methods. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific eva luation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible f or locating or securing any information, which is not identified in the proposal. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performa nce will consider the ability of the offeror to meet the delivery schedules, warranty, and support. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and ot her factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Off eror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Or ders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52 .219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilizat ion of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 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 (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Co ntract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dt ic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by June 01, 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Grou nd, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions co ncerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00589579-W 20040522/040520212201 (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.