Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2005 FBO #1377
SOLICITATION NOTICE

43 -- AIR COMPRESSOR SYSTEM

Notice Date
9/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV 26507-0880
 
ZIP Code
26507-0880
 
Solicitation Number
DE-RQ26-05NT500910
 
Response Due
9/20/2005
 
Archive Date
10/20/2005
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: AIR COMPRESSOR SYSTEM SPECIFICATIONS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-05NT500910 the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA intends to purchase the following: Two (2) identical air compressors systems each consisting of one (1) Knox Western Model Eagle 4245 or equivalent and one (1) Gardner Denver Electra-Saver Model SAV-350 Rotary Screw Compressor or equivalent. The two compressors must meet the following specifications: U.S. DOE NETL Air Compressor System Specification A. SCOPE The following specifications shall provide the minimum requirements for the fabrication and delivery of two identical air compressors systems each consisting of one (1) Knox Western Model Eagle 4245 or equivalent and one (1) Gardner Denver Electra-Saver Model SAV-350 Rotary Screw Compressor or equivalent to the Morgantown, West Virginia site of the National Energy Technology Laboratory (NETL-MGN). The supplier shall be responsible for the purchase, fabrication, and assembly of the necessary components needed to build the two compressor systems described in this specification. B. DESIGN CONDITIONS Each compression system, two total, shall be capable of functioning under or producing the following operating conditions: 1. Gas type - air 2. Gas suction pressure - atmospheric (14.7 Psia) 3. Gas suction temperature - 90 degrees Fahrenheit 4. Area Classification - indoor, non hazardous 5. Compressor system output ??? 100,000 Standard Cubic Feet per Hour (SCFH) 6. Gas discharge pressure - 700 psig 7. Interstage temperature - less than or equal to 100 degrees Fahrenheit 8. Design elevation - 1000 feet above sea level C. COMPRESSOR SPECIFICATIONS Each system, two total, shall be comprised of a Gardner Denver Electra Saver Model SAV 350 , or equivalent, rotary screw compressor feeding a Knox Western Eagle 4245, or equivalent, balanced opposed piston compressor. Specifications shall be as follows: 1. Each compressor shall utilize standard 4160 or 480 volt electrical power. 2. Both compressors associated with each compression system shall be skid mounted such that the amount of time required for installation of the units once received at NETL is minimized. The skid shall accommodate, at a minimum, the necessary compressor assembly, motors, cooling system, interconnecting piping, pressure vessels and associated control systems. 3. The skid utilized for the Eagle 4245 shall not exceed twelve feet in length by eight feet in width. The bolt pattern for mounting the skid to the existing NETL vibration isolation pad shall be specified by NETL once the contract is awarded. 4. All skids shall include a means for hoisting. 5. Motor starters for all units will be provided by NETL. 6. The Eagle 4245 units shall utilize process water for cooling. The location and size of the feed and return connections shall be reviewed and approved by NETL. 7. Pressure vessels and piping shall be designed and inspected in accordance with applicable American Society of Mechanical Engineers (ASME) codes and standards. 8. Structural components shall be designed and inspected in accordance with applicable American Institute of Steel Construction (AISC) codes and standards. 9. Welding shall be performed in accordance with applicable American Welding Society (AWS) codes and standards 10. Electrical components shall be designed and inspected in accordance with the National Fire Protection Association (NFPA) code 70. 11. The vendor shall provide the necessary supporting design and inspection documentation per ASME, AISC and AWS. 12. The skid, compressor assembly, and pressure vessels shall be painted. Paint specifications shall be reviewed and approved by NETL. D. DESIGN REVIEWS Design reviews shall be held upon contract award and at the 15%, 50%, and 100% detailed design phase. 1. 15% detailed design phase shall be defined as the milestone when the contractor has collected sufficient detailed system requirements from NETL, has determined which codes and standards will be used to complete the design and has performed preliminary calculations to prove that the design of the system is feasible. Approval to proceed will be required from NETL. 2. 50% detailed design phase shall be defined as the milestone when the contractor has completed the detailed design calculations for the system and has developed draft documents and drawings for review. Approval to proceed will be required from NETL. 3. 100% detailed design phase shall be defined as the milestone when the contractor has finalized and NETL has approved all design activities and documents for the system. E. DOCUMENT SUBMITTALS The supplier shall be responsible for delivering all of the following forms of documentation to the government: 1. Documents: Welder certifications, welding procedures, pressure vessel code stamp certifications - 1 set of each shall be submitted to the government for review prior to beginning fabrication of the compressor. Pressure vessel test reports - 1 set for each pressure vessel test. 2. Drawings: Complete general arrangement, piping and instrumentation, electrical - 3 sets of each shall be submitted to the government for approval. 3. Operations and Maintenance manuals - 3 sets 4. As built, recommended spare parts, and special tools lists - 1 set F. ON-SITE GOVERNMENT INSPECTION The government shall perform, at a minimum and prior to delivery, one on-site inspection of the assembled compressor packages. The inspection may include, but is not limited to, the review of employee welding certifications and procedures, review of pressure vessel code stamp documentation, start-up and shutdown of the compressor, and control system verification and functionality tests. Other pre-arranged government inspections may be performed during the course of the contract. DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation ??? Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 421830. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on September 20, 2005. Quotes may be faxed to Mr. Robert Mohn, at 412-386-5770 or E-mailed mohn@netl.doe.gov. Technical Representative for this above item is Mr. Michael Monahan, 304-285-4408.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/7E8AF72E50B6513F8525706F007BCEC9?OpenDocument)
 
Record
SN00884704-W 20050903/050901211900 (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.