Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

43 -- AIR COMPRESSOR AND FILL STATION

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
333291 — Paper Industry Machinery Manufacturing
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-RQ-0024
 
Response Due
5/20/2005
 
Archive Date
6/4/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Part 12.6 Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEMW-05-RQ-0024 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 333912; small business size standard is 500 employees. The Federal Emergency Management Agency proposes to purchase an Air Compressor and Fill Station. SPECIFICATIONS: Size requirement: 65?h X 33?w X 42?d for the compressor. Four (4) stage air-cooled compressor.14 CFM charging rate. 6,000 PSIG max working pressure. Driven by a 10 HP 230v/60hz/1 phase ODP motor. Interstage and final condensate separators. Interstage and final stage relief valves. Discharge check valve and pressure maintaining valve. Interstage and final air pressure gauges and oil pressure gauge. Power On/Off switch with indicator light and emergency stop button. Auto start/stop air pressure switch and indicator light. High temperature shutdown switch and warning light. Low oil pressure shutdown switch and warning light. Electric enclosure with magnetic starter and control transformer mounted in a NEMA enclosure. Purification system that processes 31,500 SCFM at 70 degrees Fahrenheit prior to cartridge change. Compressor systems requiring auxiliary cooling fans or cool down cycles shall not be acceptable. Crankcase shall be of all cast iron construction, fully enclosed and support an iron crankshaft with oversized ball bearings on each end. Only two (2) connecting rods shall be utilized. Pistons shall be of the captive design, manufactured of aluminum or steel and incorporate rings on all stages. Cooling airflow from the fan shall be a minimum of 2,000 cfm. Individually mounted intercoolers shall be utilized after each stage of compression and the aftercooler shall be designed to deliver final air at a temperature not to exceed 21 degrees Fahrenheit above ambient. Suction and delivery valves shall be designed in such a manner that they can be replaced without replacing the entire assembly. Valve inspection covers are to be provided on the first and second stage cylinders. Relief valves shall be utilized after each stage of compression. An oil light sight glass shall be provided for checking the crankcase oil level. An automatic drain system shall be supplied to periodically discharge accumulated condensation during operation and whenever the unit shuts down. The compressor manufacturer shall have an ISO 9001 quality management system standard approval on the design and manufacture process. The compressor block shall carry a five (5) year warranty that includes wear parts. Compressor Enclosure: All sections of the compressor enclosure shall be lined with sound absorbing material. An air ducting system that allows against-the-wall installation by drawing cooling air from below the unit and directing it upwards and away from the operator and control panel shall be provided. Insulated and gasketed maintenance access doors equipped with quarter turn latches shall be located on both sides and in front of the compressor system. Purification System: The purification system and replacement filter cartridges shall be manufactured by the same company as the compressor package. System shall be a multi-chamber arrangement each constructed of 7075T6 Aluminum alloy with a tensile strength of 83,000 PSI and designed for 6,000 PSI working pressure with a 4:1 safety factor. The first chamber shall be a mechanical separator to eliminate oil and water. A visual moisture/carbon monoxide indicator shall be provided after the final purifying chamber. Systems requiring depressurization to check filter condition shall not be acceptable. Carbon monoxide shall also be eliminated by catalytic oxidation. The purification system shall process 150,000 before cartridge replacement. The air delivered shall meet CGA grade ?E? quality. Control System: The unit shall include all necessary controls to assure efficient operation and monitor compressor performance. All necessary electric motor controls shall also be included and rated for NEMA Class 1. Shall have air pressure switch to automatically start and stop the unit in order to maintain system pressure. Shall include high air temperature shutdown switch. Shall include low oil pressure shutdown switch. Shall include magnetic, across-the-line starter with electric motor overload protection and 12 VDC control voltage. Shall include Power selector switch (auto-off), with power ?on? light. Shall include Emergency Stop button. Instrumentation: The unit shall include all necessary gauges and lights necessary to indicate all normal and shutdown conditions. All gauges, lights and indicators shall be mounted on a 14-gauge stainless steel control panel centrally located on the front of the unit. The stainless steel control panel shall provide a minimum of 510 square inches of surface area to accommodate actual and future additions of instrumentation and controls. At a minimum the instrumentation panel shall include the following: Compressor interstage and final air pressure gauges, Oil pressure gauge, Hour meter, High air pressure shutdown light, High air temperature shutdown light, Low oil pressure shutdown light, Compressor inlet filter service indicator. Enclosed Containment Fill Station shall consist of the following: 66 inches high x 29 inches wide x 23 inches deep, Two (2) SCBA certified containment fill stations 6,000 PSIG working pressure, 0 to 6,000 PSIG adjustable regulator with gauges. Four (4)-bank cascade control, The maximum of either the SCBA or SCUBA cylinder filing until the door is completely closed shall be provided, Access to the enclosure for loading the SCBA cylinder shall be via a manually operated, tilt out door. The fill station door shall be provided with assisting devices to assure smooth operation and reduce operator fatigue. The SCBA cradle shall contain two (2) fill positions. A fully automatic safety interlock that prevents SCBA or SCUBA cylinder filling until the door is completely closed shall be provided. A safety relief valve shall be installed downstream of the regulator and set for 5,000 PSIG to protect the SCBA fill assemblies. The fill station shall be designed to cascade the air storage system. The control panel shall include pressure gauges and flow control valves for four (4) storage banks. A bypass valve shall be supplied to permit direct use of the compressor, bypassing the storage system. A copy of a signed certificate, by an accredited professional engineer, shall be provided stating that a prototype fill station has been successfully tested to contain a ruptured 80 cu ft cylinder pressurized to no less that 5,000 PSIG, and that the fill chamber safely vented the expanding air. Air Storage System shall be: Four (4) 6,000 PSI DOT cylinders each with a CGA service valve, burst disc and required CGA hardware, Mounted in a freestanding vertical rack, Total storage volume is a minimum of 2,036 SCFM @ 6,000 PSIG. The air system shall include all fittings, interconnecting piping, valves and hardware necessary to operate as a cascade system and meet all current DOT and ASME code requirements. 50 ft. High Pressure Hose Reel: Valves and bleeders on each end. MANDATORY REQUIREMENTS: DESIGN OF SYSTEM: Dimensions of the Air Compressor must not exceed 65 inches high x 33 inches wide x 42 inches deep. Dimensions of the Fill Station must not exceed 66 inches high x 29 inches wide x 23 inches deep. DESCRIPTIVE LITERATURE: If an Offeror is proposing an ?or equal? product, said offeror must provide descriptive literature adequate enough for the Government to determine if the proposed products meets the Government?s minimum requirements, as identified in the item descriptions above. Failure of an offeror to submit descriptive literature for a proposed "or equal" product will result in that product being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies with the mandatory requirements stated above will result in the rejection of that product(s). 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 and other factors considered. The requirements detailed in this solicitation shall be used as criteria to evaluate offers. Contractor must meet all the requirements detailed within this solicitation. BASIS FOR AWARD: The Government will make an award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order for an offeror?s products to be considered technically acceptable, the mandatory requirements identified above must be met by the proposed products. PROPOSAL PREPARATION INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for each line item. All line items specified consist of a Quantity of One (1). Item No. 001: Mako Breathing Air Module or an approved equal; Item No. 002: Mako Compressor Enclosure or an approved equal; Item No. 003: Mako Purification System or an approved equal; Item No. 004: Mako Control System or an approved equal; Item No. 005: Mako Instrumentation or an approved equal; Item No. 006 Mako Enclosed Containment Fill Station or an approved equal; Item No. 007 Mako Air Storage System or an approved equal; Item No. 008: Mako 50 Foot High Pressure Hose or an approved equal; and Item No. 009; Shipping charges, if any. Offerors are to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following FAR clauses also apply: 52.212-4, Contract Terms and Conditions-Commercial Items; Clause 52.211-6 Brand Name Or Equal is hereby incorporated by reference as an addenda to 52.212-4; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses cited in 52.212-5 being applicable to this acquisition; 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor?Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy American Act - Supplies. 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Successful contractor must meet all the responsibility requirements of Subpart 9.104-1 of the Federal Acquisition Regulation (FAR). The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. The due date for submission of offers May 20, 2005 at 4:30 p.m., local time, to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Lori L. Smith - Bldg. 413. All requests for information are to be addressed to Lori L. Smith, Contract Specialist (540) 542-2307. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be faxed to (540) 542-2631 or 2632 or sent via electronic mail to lori.smith@fema.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: 19844 BLUERIDGE MOUNTAIN ROAD, BLUEMONT, VIRGINIA
Zip Code: 20135
Country: US
 
Record
SN00801369-W 20050507/050505211545 (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.