Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

68 -- Chemical Warfare Material Negative Air Filter Unit

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation 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-05-T-0600
 
Response Due
6/10/2005
 
Archive Date
8/9/2005
 
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. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0600. This solicitation document and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 325998 and the Business Size Standard is 500. The contractor shall provide the following: QTY 2 Chemica l Warfare Material Negative Air Filter Unit (5600 CFM) with the following specifications: The Air Filter Unit shall include an inlet damper, transition with chemical sample port, pre-filter section, HEPA filter section, chemical sample port set.An initial set of Pre-filters and HEPA filters shall be supplied with the unit.The entire Air Filter assembly shall be skid mounted, designed for a low profile, minimum size and minimum weight, and be configured for ease of transportation by a prime mover for field u se. The Air Filter Unit shall be a 3x3 configuration, 5600 CFM, and shall not exceed 25 feet in length, 96 inches in height, and 81 inches in width. Source power for the NAF Unit shall be 208 or 480 VAC, 3o, 60 hz. Specification Compliance. The NAF speci fied herein is a critical component for the remediation and/or destruction of CWM. As such, strict compliance with the specifications is required.The NAF vendor shall list all exceptions and deviations.The Engineer shall approve all listed exceptions and deviations before the offered NAF is deemed compliant. NAF Integration.It is acknowledged that the NAF is the product of more than one manufacturer.The intent of this specification is to integrate all of the components into a single system and to have succ essful system operation the responsibility of a single vendor.All warranties shall be passed to the Owner.Said warranties shall be coordinated so that all of the various manufacturers products are effective, as a minimum, for one year starting from the de livery of the entire NAF. Inlet and outlet damper specifications. The dampers shall be butterfly-style isolation dampers (20 in diameter). Dampers shall be a positive seal, isolation type and shall not exceed a leakage rate of 0.015 cfm/inch of circumfer ence of blade at 10 inches water gauge. The design pressure of the damper shall be 10 inch water gauge. Damper housings shall be cylindrical and constructed of 11 gauge, T-304 stainless steel. Blade shall consist of two 7 gauge T-304 stainless steel plate s with a silicon blade seal gasket between them.The blade seal shall occur when the silicon gasket seals against the inside of the 11 gauge housing wall.The blade seal to be field adjustable and replaceable.The damper shall be all welded design.With the ex ception of the shaft penetration, all pressure retaining weld joints and seams shall be continuously welded.As a minimum, all weld joints and seams shall be wire brushed and/or butted to remove heat discoloration, burrs and sharp edges.All welding procedur es, welders and welder operators shall be qualified in accordance with ASME Boiler and Pressure Vessel Code, Section IX. Flanges:Minimum of 1 ? inches wide.Factory drilled bolt holes (?inch diameter) shall be no more than 4 inches apart as recommended in E RDA 76-21 Nuclear Air Cleaning Handbook Frame:11 gauge (minimum) T-304 stainless steel. Shaft and Linkage Components: All components of the blade are manufactured from 300 Series stainless steel. Shafts are ? inch diameter (minimum) stainless steel shafti ng round with self-lubricating PTFE-lined filament wound bearings mounted external to the damper frame with o-ring shaft seals.Shaft packing materials are not a cceptable. Manual Actuator: Manual actuator shall be a ? turn worm geared actuator with handwheel. Actuator has aluminum base and cover. Rated output torque shall be 2,000 inch-pounds with a gear ratio of 30:1. Actuator shall be fully lubricated and sel f locking to hold in any position. Damper shall be manufactured under a quality assurance program that addresses the basic requirements of ASME NQA-1 Quality Assurance Program Requirements for Nuclear Facilities. All production welds shall be visually ins pected per BSCs standard procedure number N-747 Visual Inspection of Welds, which incorporates the workmanship acceptance criteria described in sections 4 and 5 of AWS D9.7, Specification for Welding of Sheet Metal. The pressure boundary for the damper b lade shall be tested in the closed position. Test pressure shall be 10 inches water gauge and the test method shall be by the Pressure Decay Method in accordance with ASME N-510-1995, Testing of Nuclear Air Cleaning Systems. Blade seal leakage rate shall not exceed of 0.015 cfm/inch of circumference of the blade. The complete pressure boundary (damper housing) shall be leak-tested the same as the blade, except the maximum leak rate shall be 0.005 cfm/sq. ft. of housing surface. Filter housing train and t ransition specifications.The top and bottom panels shall be manufactured from minimum 14 gauge Type 304 stainless steel with 2-B mill finish. The front and back panels shall each be constructed from a single sheet of 11 gauge (minimum) type 304 stainless steel with a 2-B mill finish. Each filter housing shall be a side servicing bank-type arrangement. All seams and joints shall be welded and free of any sharp edges. All welds and welders shall be qualified in accordance with section IX of the ASME boile r and pressure vessel code. Welding procedures and personnel qualification reports shall be submitted to insure compliance with the requirement in accordance with section IX of the ASME boiler and pressure vessel code. The filter housings shall be reinfo rced to with stand +/- 10 inches water gauge The housing shall be sized to accept bag-in/bag-out type pre-filters (24 inch x 24 inch x 6inch, nominal), HEPA filters (24inch x 24inch x 11 ?inch, actual) and carbon adsorbers (24 inch x 24inch x 18inch, actua l) and shall be designed and constructed in accordance with the intent of ASME N509-1995. Filter housing shall have a filter removal devise to draw the filters toward the opening to facilitate the bagging-out process. The filter removal devise shall be op erated through the filter change-out bag. All mechanical components of the filter-locking mechanism shall be 300 series stainless steel except for a brass travel nut. The locking mechanism shall be located downstream of the filter elements. Filter elemen ts are secured in place with top and bottom locking mechanisms, which are spring loaded to exert a sealing force of 1400 pounds per filter element, applied in an even uniform load along at least 80% of the top and bottom of each filter element frame. The h ousing shall have a removable access door for each tier of HEPA filters, carbon absorbers and a separate access door for the pre-filter. There shall be four access door retainers to secure each door in place. These access door retainers shall be a swing- away design and fabricated with series 300 stainless steel. Aluminum hand knobs shall fasten the access doors. The access door retainers shall be designed to prevent the accidental loss of the hand knobs. Static pressure ports shall be located on top of the filtration system: upstream and down stream of each bank of filter elements. Static pressure ports shall be ? inch NPT coupling. Static pressure ports shall be of the same type material as the filtration system construction. DOP/Freon test ports shal l be a ? inch NPT coupling with plug. One DOP/Freon test port shall be located on top of the filtration system, upstream of the filter bank, for upstream sampl ing. Two additional DOP/Freon test ports shall be provided for field installation into the ductwork. One port will be used for DOP/Freon injection and one port will be used for downstream sampling. DOP/Freon test ports shall be of the same type material as the filtration system construction. Chemical sample ports shall be located on each side of the filter housing. A total of 44 chemical sample ports shall be installed on the filter housing. The first set of chemical ports shall be located in the filter housing transition approximately 18 inches prior to the first Pre-Filter section. The second set of sample ports shall be located after the first HEPA section. The third set shall be located between the first and second carbon filter banks. The next set shall be located between the second carbon filter bank and the second set of HEPA filters. The final set of sample ports shall be located in the filter housing transition approximately 18 inches after the second set of HEPA filters. Each set consist of a pair of chemical sample ports. With the exception of the chemical sample ports in the filter housing transition, each set shall consist of a port at the midpoint of each vertical layer of filters. The set of chemical sample ports installed in the filter housing transistion shall be midway between the vertical height of the transition. Each chemical sample port set shall consist of two 1 inch female NPT T-304 stainless steel couplings. Each chemical sample port shall be 3 inch on-center separation.Each co upling shall be shipped with a T-304 stainless steel plug installed. Five factory-installed differential pressure gauges shall be located on the side of the housing such that a person standing on the ground can read them easily. The differential pressure g auges shall be connected to the static pressure ports with stainless steel tubing.Four of the differential pressure gauges shall measure the differential pressure drop across each bank of filter/adsorber elements and one of the differential pressure gauges shall measure the differential pressure drop across the entire five banks collectively.The differential pressure gauges shall have a die cast case with an external finish of baked hammerloid. The differential pressure gauges shall have two pairs of 1/8 in ch NPT (female) taps, high and low respectively.The differential pressure gauge shall be accurate to ?2% of full scale.Each differential pressure gauge shall have the proper operating range for its respective location. The differential pressure gauges shal l be mounted in enclosed panels. Filter element change-out tables shall be provided for efficient change out of the HEPA filters and carbon adsorbers. The upstream and downstream flanges of the filtration system shall be reinforced to a minimum thickness of 3/16 inch(equalto7 gauge). ? inch diameter holes shall be drilled in the upstream and downstream flanges of the filtration system with a maximum spacing of 4inch center. The filtration system pressure boundary and filter element sealing surface shall u ndergo factory testing per ASME N510-1995 to 10 inches water gauge as specified in table 4.5 of ERDA 76-21, Nuclear Air Cleaning Handbook for all-welded man entry steel housing construction. The maximum permissible leak rate is 0.2% of the housing volume per hour. Each tier of filter elements shall have a bagging ring located behind the access door. The bagging ring shall be hemmed on its outer edge and have two continuous ribs around the perimeter. One change-out bag shall be provided for each bagging ring located on the filter system. Each bag shall be amber in color, 0.008 inch (8 mils) thick PVC, with an elastic retaining cord located at the mouth. The stock number of the specific bag shall be located at the retaining cord. Two glove sleeves are i ncorporated into the bag to facilitate filter element removal. One black nylon security strap and one black nylon holding strap shall be provided for each bagg ing ring located on the filtration system. The filtration system shall have aluminum painted labels, which lists pertinent information, as well as filter and change-out bag reordering information. Housing shall be factory tested by the pressure decay met hod in accordance with ASME N510-1995 to 10 inches water gauge as specified in ASME N509-1995, Table 4-4. Each filter position shall be fitted with a blank filter and the filter-to-housing seal shall be tested by the pressure decay method in accordance wi th ASME N-510-1995 to 10 inches water gauge as specified in ASME N-509-1890, Table 4.4. Lifting eyes shall be provided as necessary on top of the housing. The lifting eyes shall be constructed of ? inch diameter rod, which will be of the same type of mat erial as the filtration system construction. Lifting lugs may be located on the equipment skid as an alternate location. Weather covers, which shall be of the same type material as the filtration system construction, shall be provided on top of each syst em. Weather covers shall be mechanically fastened with neoprene gasketing and shall be removable to service the differential pressure gauge tubing. Weather covers shall not be welded to the housing. All pressure retaining joints and seams shall be contin uously welded; non-pressure retaining joints such as exterior stiffening may be intermittently welded. As a minimum, all weld joints and seams shall be wire brushed/or buffed to remove heat discoloration, oxidation, all burrs, and sharp edges. All weld jo ints shall be visually inspected for cracks, crater pits, underfill, incomplete fusion, overlaps, surface porosity, gas pockets, crevices and depressions. All welders, welder operators and welding procedures shall be qualified in accordance with ASME BPV S ection IX. The pre-filter shall have an average efficiency of 80 to 85% as determined by the ASHRAE 52.1-1992 test method. Airflow capacity shall be 2000 cfm and shall have an initial airflow resistance of 0.34 inches water gauge (maximum). The perimeter shall be constructed of high strength; corrosion resistant galvanized steel, to which the filter pack is sealed on all sides. Each filter shall be individually tested and certified by the manufacturers Q107 penetrometer (or equivalent) to have an efficien cy of not less than 99.97% when tested with 0.3 micron thermally generated DOP smoke. Testing shall be leak-free scan requirements and resistance to airflow is performed per Federal Std. 209-latest issue at nominal rated capacity (CFM). Test results shal l be recorded on each filter. Clean filter static pressure drop shall be no greater than 1.3 inches water gauge when operated at rated capacity (500 fpm). Filter media shall be composed of a high alpha, modified matrix, 100% microglass media, waterproofed to withstand a 100% RH factor and shall not contain asbestos. Filters shall be factory constructed using shallow fluted aluminum separators. Adhesive sealers shall be fire retardant flexible urethane. The media pack shall be permanently sealed with a fr ame of 16 gauge, Type 304 stainless steel. Overall filter dimensions shall be correct to within +0 inches to 1/8 inch and squareness to be within 1/8 inch. Each filter shall be supplied with a permanently affixed dovetailed SCE43 closed cell neoprene gask et on the upstream filter face. Filters shall be tested and certified to comply with the performance criteria under Federal Std. 209-latest issue. The Owner will furnish the carbon adsorbers as GFE. Their actual size is 24inch x 24inch x 18inch, excluding gasket material. The fan set shall be capable of operating at a 5600 CFM at 10 inches water gauge TSP (total static pressure) during normal operation. The fan set shall be suitable for outdoors operation and shall be equipped with OSHA safety guards and labels. The motor shall be capable of operation at 208 or 480VAC, 3o, 60 hz. The control panel enclosure shall be rated NEMA 4X and shall be mounted to the filt er housing train. The control panel shall include the following: 208 and 460 volt primary to 120 VAC control power transformer with fusing. One 20 HP, 208V full voltage non-reversing AC motor starter One 20 HP, 460V full voltage non-reversing AC motor st arter Shorting contactors to allow selection of either 208 or 460 volt power connection. The door to the control panel shall have the following mounted equipment: Start and Stop push buttons 208/Off/460 three position selector switch Green run lights for 208 and 460 volt starters Yellow starter fault light One receptacle with mating cable plug for connecting a 208VAC 3 phase supply with ground One receptacle with mating cable plug for connecting a 460VAC 3 phase supply with ground. Acceptance shall be at D estination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21001. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contra ctors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies t o this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Techn ical and past performance, when combined are significantly more important than cost or price. 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 other fac tors 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, Offeror Rep resentation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders 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 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns 15 U.S .C. 637 (d)(2) and (3); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) 15 U.S.C. 637(a)(14); 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 Opp ortunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Repor ts on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Bu y America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference fo Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full t ext of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. R esponses to this RFQ must be signed, dated, and received via electronic mail or fax June 13 2005 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, 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 concerning this soli citation contact Brenda Fletcher, Contract Specialist via fax (410)306-3717, 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
SN00816320-W 20050528/050526212118 (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.