Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

20 -- T-AO 187 CLASS LOW PRESSURE AIR COMPRESSORS

Notice Date
2/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-04-Q-8000
 
Response Due
3/12/2004
 
Point of Contact
Elyssa Parana, Contract Specialist, Phone 202-685-5949, Fax 202-685-5965, - Randall Whittier, Contract Specialist, Phone 202-685-5951, Fax 202-685-5965,
 
E-Mail Address
elyssa.parana@navy.mil, randy.whittier@navy.mil
 
Description
(i) This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This is a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity requirement. (ii) Solicitation Number: Request For Quotations N00033-04-Q-8000. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-19. (iv) This solicitation is a full and open competition. NAICS Code is: 333912 and size standard is: 500 employees. (v) The following CLINs apply: CLIN 0001, Base Year – Low Pressure Air Compressor (LPAC) Shipsets (approximately 4); CLIN 0002 – Transportation of LPAC shipset to San Diego, CA; CLIN 0003 – Transportation of LPAC shipset to Norfolk, VA; CLIN 0004 – Transportation of LPAC shipset to Singapore; CLIN 0005 - Additional copies of Technical Manuals; CLIN 0006, Option 1 – LPAC Shipsets option year 1 (approximately 4); CLIN 0007 – Transportation of LPAC shipset to San Diego, CA; CLIN 0008 – Transportation of LPAC shipset to Norfolk, VA; CLIN 0009 – Transportation of LPAC shipset to Singapore; CLIN 0010, Option 2 – LPAC Shipsets option year 2 (approximately 4), CLIN 0011 – Transportation of LPAC shipset to San Diego, CA; CLIN 0012 – Transportation of LPAC shipset to Norfolk, VA; CLIN 0013 – Transportation of LPAC shipset to Singapore; CLIN 0014, Option 3 – LPAC Shipsets option year 3 (approximately 4), CLIN 0015 – Transportation of LPAC shipset to San Diego, CA; CLIN 0016 – Transportation of LPAC shipset to Norfolk, VA; CLIN 0017 – Transportation of LPAC shipset to Singapore. (vi) Statement of Work BACKGROUND The ship’s service and control air compressors on the T-AO 187 Class vessels need to be replaced. The Nash liquid ring rotary compressor units are inefficient to operate, costly to repair, and maintenance intensive. MSC requires a replacement for the current models with a more efficient, more reliable type of air compressor that has an economically feasible preventative maintenance program. The ship’s service air system requires clean, dry, oil-free air to serve various shops, whistles, atomizing, and tool hose services. The control air system serves various pneumatically operated valves, main engine clutch control, shaft brake, and various control valves. EQUIPMENT REQUIREMENTS MSC has performed an extensive evaluation of the various types of low pressure air compressors and air dryers and has determined that combined with avoiding extensive retrofitting of a new unit to the existing supply and service systems and overall performance requirements, the following requirements are necessary: 1. Screw type air compressor unit 2. 200 scfm or greater at 125 psig 3. Direct Drive 4. Footprint limitations a. Length not to exceed 85 inches b. Width not to exceed 75 inches c. Height not to exceed 72 inches 5. Weight not to exceed 5000lbs. 6. No enclosure (Preferred) 7. Foundation must include vibration isolation mounting. 8. Air Dryer package rated at 125 psig for moisture/oil/contaminate separation to .1 micron downstream of Air Receivers. Air Dryer shall be capable of drying 280 scfm of air to a -40 degF dewpoint at 100 psig and 100 degF. Package shall be skid mounted and include all recommended prefilters, dryers, and after filters as necessary. Package shall include dual elements for 100% redundancy, and provide automatic switching between elements in the event of element failure. Automatic condensate draining from the filters shall be provided. 9. Worldwide service/support locations, to include spare parts availability 10. ABS/USCG approved 11. Air compressor units must be fresh water cooled via integral or skid mounted fresh water heat exchanger. 12. Standard shipboard spare parts for 1 year of operation (2 sets per ship) to include: a. Oil separator b. Lubricating oil c. Air filter d. Oil filter e. Dryer Package filter element replacements, if applicable 13. Lead/Lag operation (2 units) - Contractor’s air compressor controls shall mimic the current control logic onboard the T-AO class vessels as follows: a. A lead/lag control capability shall be integrated into the control panel of the air compressors. Either compressor shall be capable of being selected as on-line or standby. b. Pressure switches and/or associated electrical controls furnished with control panel shall be set at the cut-in/cut-out pressures listed below. Pressure Switches Cut-In Cut out On-line Compressor 115psig 125psig Standby Compressor 110psig 120psig 14. New air compressor units shall integrate/interface with the existing support systems: a. Ships service air system (200 scfm or greater at 125 psig) i. (2) Air Receivers 50 cubic feet, relief valve set at 150 psig ii. Piping size from compressors to Air Receivers – 2 in. iii. Piping size from Air Receivers to compressor pressure switch – 1/2 in. iv. Piping size from Air Receivers to/from Dryer package – 2 in. b. Central Fresh Water system i. Flow - 48 gpm ii. FW supply and return piping size - 2 in iii. Pressure – 150 psig iv. Temperatures – 95 degF (max) in, 200 degF out. v. Central Fresh Water treated with either MAXIGARD or LIQUIDEWT cooling water treatments from Drew Marine. Specifications provided as GPI. c. Electrical i. Automated controls (115 VAC) 1. Local control panel (Hand/Auto/Off selector switch) 2. Air Dryer control/humidistat 3. Auto Drain controls ii. Motor power source requirements (440VAC, 3 phase, 60 Hz) d. Alarms – Ship service/control air compressor malfunction alarms, both local and tied into remote Engine Room Console. 15. The compressor unit and controls shall operate and function in a marine environment. (Possible temperature range from 32 degF to 120 degF.) GOVERNMENT PROVIDED INFORMATION 1. C-3 Logistics Support Requirements, paragraph C-3.1 and all subparagraph. (MS Word format) 2. Ships Service Air and Control Air System drawings (electronic copy upon request) 3. Drew Marine spec sheets, MAXIGARD and LIQUIDEWT cooling water treatments. (vii) DELIVERABLES: Shall be delivered Fob Destination. One shipset includes the following: -- Two (2) screw air compressor units with control panels per shipset, delivered according to the delivery order. Delivery orders will allow for 10 week delivery period. -- One (1) Air Dryer Package per shipset, delivered according to the delivery order. Delivery orders will allow for 10 week delivery period. -- Standard Shipboard Spare Parts and Overhaul Kit. (Two (2) sets per ship.) -- Technical Manual developed by the contractor and written according to C-3.1 logistics support requirements. (Two (2) sets per ship.) Additional copies of Technical Manuals Fob Destination (as identified in the order): -- Additional copies of the Technical Manuals may be ordered by the government to be distributed throughout MSC. SCHEDULE 1. Post award conference with MSC 1 Week after Award 2. Base Year Award - One year 3. Option 1 One year 4. Option 2 One year 5. Option 3 One year (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition, with the following addendum: The proposal shall include the following information: A detailed list of the characteristics of the unit. Volume 1 - Technical 1. Manufacturer 2. Model Number 3. Compressor Type 4. Power (bhp) 5. Volume (scfm) 6. Working pressure (psig) 7. Drive system configuration 8. Length (in) 9. Width (in) 10. Height (in) 11. Total Weight (lbs.) 12. Enclosure (yes/no) 13. Thrust Bearing type and life (hrs) 14. Compressor life (hrs) and Mean Time Between Failures (hrs) 15. Noise level (dB) 16. Piping connection sizes (inches) with material type and standard a. Air Discharge b. Drains c. Cooling water in and out d. Miscellaneous filter pipe connections 17. Fresh water cooling system requirements a. Temperature b. Pressure c. Flow rate d. Materials list for heat exchanger 18. Dryer/Filter/Separator Characteristics a. Design Pressure b. Temperature 19. Power Requirements a. Motor b. Controls c. Misc. Additional 20. Spare Parts a. Overhaul kit available, or is air end exchange required b. Availability/lead time of spare parts 21. Service locations (worldwide) 22. Maintenance Schedule a. Frequency of major and minor overhauls b. Maintenance Procedures – Ship’s force/Tech rep vs. Factory Overhaul/Repairs c. General i. Inspections ii. Cleaning iii. Flushing Volume 2 - Price 23. Total Price of unit (USD) - Includes two LPACs, one Air Dryer package, Standard Shipboard Spare Parts and Overhaul Kit (Two (2) sets per ship.), and technical manuals (2 sets per ship) for base year and each option year 24. Total Price of Transportation Charges to each destination for base year and each option year. 25. Overhaul average cost (USD) a. Recommended shipboard spare parts price list (USD) b. Overhaul spare parts price list (USD) 26. Total Ownership Cost per unit for 20 year life cycle (USD) 27. Past Performance Information Note that contractors must be registered in the Department of Defense CCR to receive awards. Registration information is available at http://www.ccr.gov. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price an other factors considered. The following factors shall be used to evaluate offers: Selection will be based on the fulfillment of the Equipment Requirements section above, cost and past performance. Evaluation of Technical requirements will consist of the following: -- Equipment requirements, items 1-14 and 18 above. Equipment offered meets the technical requirements. -- Maintenance, items 13, 14, 20-22 above. The extent to which Life Cycle Costs are minimized to include the frequency and complexity of maintenance required with minimized maintenance as a priority, spare parts required, and the mean time between failures. -- Impact to vessel and ease of installation, items 15 - 17 & 19 including piping modifications, power requirements, cooling water requirements, and noise level. Evaluation of Price will consist of the following: -- Total Price of package, Package consisting of two LPACs, one Air Dryer package, Standard Shipboard Spare Parts and Overhaul Kit (two (2) sets per ship.), and technical manuals (two (2) sets per ship), for base year and each option year, item 23 above. -- Transporation Charges to each destination for base year and each option year, item 24 above. -- Overhaul average cost, item 25 above -- Total ownership cost per package, item 26 above. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of Past Performance Information will consist of the following: -- Demonstration of timely deliveries of similar products. -- Demonstration of worldwide technical and spare parts support. -- Prior equipment installations and successful performance on MSC vessels will receive a more favorable evaluation. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with proposals. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (1) 52.203-6, (3) 52.219-4, (8) 52.219-9, (14) 52.222-19, (15) 52.222-21, (16) 52.222-26, (17) 52.222-35, (18) 52.222-36, (19) 52.222-37, (24) 52.225-13, (29) 52.232-33 apply. (xiii) The following is incorporated as 52.212-4, Addendum: FAR Clause 52.232-18. “Availability of Funds.” Offerors must include a completed copy of the provision 252.212-7000, Offeror Representations and Certifications—Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, specifically, 52.203-3, 252-225.7000, 252-225.7001, 252-225.7012, 252-227.7015, 252-227-37, 252-243.7002, 252-247.7023, and 252-247.7024. Additionally, FAR 52.216-18, Ordering, fill-in paragraph (a) “award through contract expiration”, 52.216-19, Order Limitations, fill-in paragraph (a) “1 ship set”, paragraph (b)(1) “4 ship sets”, remove paragraphs (b)(2) and (b)(3), paragraph (d), “5 days”, 52.216-22, Indefinite Quantity, fill-in, paragraph (d), “90 days after the end of the performance period”, 52.217-5 Evaluation of Options and 52.217-19, Option to Extend the Term of the Contract, fill in paragraph (a) “15 days” and “30 days” and paragraph (c) four years from award. (xiv) No DPAS rating is applicable. (xv) Numbered Notes: None Apply (xvi) Offers are due by 1400 hours local time, Friday, 12 March 2004. Proposals may be submitted via fax (202-685-5965) or email (Elyssa.Parana@navy.mil). (xvii) For further information contact Elyssa Parana at (202) 685-5949 or by fax or email as shown above. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/MSC/MSCHQ/N00033-04-Q-8000/listing.html)
 
Place of Performance
Address: Not Applicable
 
Record
SN00643129-F 20040814/040812220017 (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.