Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

36 -- SULFUR HEXAFLUORIDE (SF-6) GAS PURIFICATION SYSTEM

Notice Date
7/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-JR08
 
Response Due
8/3/2004
 
Archive Date
7/14/2005
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-04-R- JR08, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24 and DFARS Change Notice 20040625. The associated NAICS code is 333319 and the small business size standard is 500 employees. NRL has a requirement for a Sulfur Hexafluoride (SF-6) Gas Purification System. The system will be used to process gas that has been sent through four electrical spark gaps. The spark gaps are connected in parallel to the system. The system will be located in a heated enclosed shed and connected to the spark gaps by approximately 100 feet (one way distance) of copper pipe and rubber hose. The ID of this plumbing is 2 inches. The spark gaps are located in a temperature controlled laboratory. The system shall meet the following specifications: (a) Flow Rate: 65 CFM minimum at 100 psig at the spark gap. i.e. at the end of the 100 foot one way feed; (b) Gas outlet temperature: between 60 and 80 degrees F; (c) Duty cycle: 8 hours per day, 5 days a week; (d) SF(subscript 6) quality greater than 99.8 percent purity; (e) Water content at output: Less than 5 ppm; (f) Hydrocarbon (oil) content at output: Less than 0.1 ppm; (g) HF content at output: Less than 1 ppm; (h) Provide filtration for particles: Greater than 5 um; (i) Storage tank capacity: 800 lbs. The system shall have the following Controls/Auxillary functions: (a) consist of fittings to allow evacuation by user supplied, external vacuum pump; (b) all valves, gauges, and switches for normal operation must be controllable from a single panel located on the side of the unit. ENVIRONMENT/CONFIGURATION: (a) The system will mounted on a single platform or skid, capable of being lifted by a forklift; (b) No enclosure; (c) Allow ready access to all serviceable components; (d) Ambient temperature of the unit location: 60 degrees F and 100 degrees F; (e) Ambient humidity of the unit location: 20 percent to 100 percent humidity; (f) Capable of running on available electrical service of 480 volts, 3 Phase, 60 Hz; (g) System will sit in a shed attached to the main building, underneath a mezzanine. Total area available is 80 inches wide, 98 inches deep, and 72 inches high. If required, the mezzanine can be removed, but this will primarity gain vertical clearance, 40 inches maximum. INSTALLATION: The contractor shall provide complete system installation and conduct operational testing at NRL-DC. WARRANTY: The contractor shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than three months from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications-Commercial Items., which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.227-7015. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two (2) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/Code3235/N00173-04-R-JR08/listing.html)
 
Place of Performance
Address: CONTRACTOR FACILITY
 
Record
SN00621202-F 20040716/040714213619 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.