Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

66 -- Liquid and Gaseous Nitrogen Supply, Maintenance of Systems and CONTRACTOR MANPOWER REPORTING.

Notice Date
6/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0067
 
Response Due
7/6/2006
 
Archive Date
9/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Description of requirement: STATEMENT OF WORK/DESCRIPTION OF SUPPLIES Liquid and Gaseous Nitrogen Supply and Maintenance of Systems C.1. BACKGROUND a. The U.S. Army Research Laboratory (ARL) has a building, which is referred to as the Zahl Physical Sciences Laboratory (ZPSL), also identified as Building 207 at the Adelphi Laboratory Center (ALC), located in Adelphi, Maryland. b. The purpose of this contract is to deliver of quantities of liquid nitrogen to the ZPSL within sufficient time to ensure uninterrupted supply of liquid gases to the liquid and gaseous nitrogen system. This contract also calls for maintenance of the ext ernal nitrogen supply system equipment. c. Government Furnished Property. Qty. 2 each - Fill lines w/ inline filters Qty. 1 each - 11,000 gallon LN2 tank with associated values, regulators and filters Qty. 1 each - 6,500 gallon LN2 tank with associated values, regulators and filters Qty. 2 each - LN2 evaporators Qty. 1 each - L N2 control system and associated values and regulators Qty. 1 lot - LN2 and gaseous distribution piping between fill lines, tanks, evaporators, control system and building. C.2. LIQUID AND GASEOUS NITROGEN SUPPLY SYSTEMS: The contractor shall be aware of all equipment encompassed as noted in the paragraph C.1c. entitled: Government Furnished Property. C.2.1 Liquid and Gaseous Nitrogen Supply Systems Capabilities The operation and maintenance of complete and independent liquid and gaseous nitrogen (LGN2) systems for the supply of high quality liquid nitrogen and ultra high purity and general purity gaseous nitrogen is required as detailed below. The contractor shal l provide all labor, materials, and services necessary to operate and maintain the nitrogen supply systems as they exist. The LGN2 system shall consist of two parts. C.2.1.1 Liquid Nitrogen System: This system consists of: a 5,900 gallon liquid nitrogen tank and a continuous supply of liquid nitrogen connected to piping leading into the ZPSL. C.2.1.2 Gaseous Nitrogen System: This system consists of: An 11,000 gallon liquid nitrogen tank, a gas vaporizer and a continuous supply of liquid nitrogen connected to nitrogen delivery piping within the ZPSL. C.2.1.2.1 Flow Rate: The contractor shall ensure that both the ultra-high purity and general purity gas streams shall be capable of providing a minimum of 100 SCFM (standard cubic feet per minute) at 100 psig continuous flow rate at the connection to the ZPSL piping after the filter skids. C.2.1.3 Tank Connections: The contractor shall maintain the triaxial (i.e., vacuum jacketed) connecting line between the two liquid nitrogen tanks suitable for providing uninterrupted flow from the 11,000 gallon tank to the 5,900 gallon tank. The contrac tor shall ensure that the connecting line shall include a manual flow control valve system and a check valve to prevent backfilling the 11,000 gallon tank. C.2.2 The contractor shall respond within 24 hours, 7 days per week, after notification by the ZPSL staff of a system problem. C.2.3 The contractor shall provide a modern (or similar means) to communicate electronically with the nitrogen tanks Teleflo (or equivalent) electronic liquid level detection/monitoring system. C.2.4 The contractor shall supply uninterrupted liquid and gaseous nitrogen service and maintain all LGN2 equipment for one twenty month period and four one year options. C.3 Routine Maintenance C.3.1 LIQUID NITROGEN SYSTEM C.3.1.1 The contractor shall inspect, operate, maintain and certify as necessary for operation and use the GFP 5,900 gallon liquid nitrogen tank located on the ZPSL concrete nitrogen systems pad. The capacity of the refurbished liquid nitrogen tank is ap proximately 5,900 gallons with a pressure rating of at least 200 pounds per square inch (psi) and with a design flow of at least 1 liter per minute. C.3.1.2 The contractor shall inspect, operate, maintain and certify all ne cessary equipment and associated plumbing in order to mate the GFP tank with the liquid nitrogen plumbing entering and exiting the ZPSL. The contractor shall perform installation of all plumbing and equipment shall be installed without interrupting other services. C.3.1.2.1 The contractor shall fabricate all lines and valves. All external parts shall be fabricated with 316L electro polished stainless steel. The contractor shall ensure all lines are welded using automatic orbital head welding equipment. C.3.1.2.2 Supply Line: The contractor shall utilize the existing dedicated nitrogen purged liquid fill hose housed in a nitrogen funnel locked box. The contractor shall fabricate or install a new dedicated nitrogen purged liquid fill hose housed in a nit rogen funnel at no cost to the Government if it is not compatible with their trucks. C.3.1.2.3 Discharge Line: A vacuum jacketed LN2 tank discharge line made of 316L stainless steel is terminated with a one inch pipe thread connection. The contractor shall install a shut-off valve which shall be located immediately prior to the pipe threa d termination. The contractor shall maintain the valve so that it is always operable. C.3.1.2.4 The contractor shall ensure that the tank will have a pressure rating of at least 200 psi and be regulated from 30 to 140 psi and accurate within 10 psi. C.3.1.2.5 The contractor shall ensure that the pressure relief valve on the tank relieves at 150 psi. C.3.1.2.6 The contractor shall equip the liquid nitrogen tank with a remotely operated electronic liquid level detection system/monitor. C.3.2 GASEOUS NITROGEN SYSTEM C.3.2.1 The contractor shall inspect, operate, maintain and certify: C.3.2.1.1 A liquid nitrogen tank with a capacity of 11,000 gallons on the ZPSL concrete nitrogen systems pad. The tank has an inner liner constructed of 304 stainless steel with external triaxial tubing to be 316L electro polished stainless steel. C.3.2.1.2 A continuous service ambient air vaporizer system on the ZPSL concrete nitrogen systems pad designed for 100 SCFM nitrogen flow. C.3.2.1.3 All tubing shall be per ARL Specification Section 15368 for general purity nitrogen and Specification Section 15369 for ultra high purity nitrogen. The ARL Specification Section 15368 for general purity nitrogen and Specification Section 15369 for ultra high purity nitrogen are available upon request for Vendor reference. The contractor shall provide all interconnecting piping and valves from the vessel to the vaporizer and from the vaporizer into the building. C.3.2.2 The contractor shall supply all necessary equipment and associated plumbing in order to fill the tank and mate the tank with the ambient air vaporizer system, the ambient air vaporizer system with the skid mounted equipment; and the skid mounted eq uipment with the gaseous nitrogen delivery plumbing within the ZPSL. The contractor shall fabricate all lines, valves, and external parts shall be fabricated with 316L electro polished stainless steel. The contractor shall weld all lines using automatic o rbital head welding equipment. The contractor shall install all plumbing and equipment shall be installed without interrupting other services. C.3.2.2.1 The contractor shall utilize the existing dedicated nitrogen purged cryogenic liquid fill hose, housed in a nitrogen funnel locked box, or install a new one if the existing one is is not compatible with their trucks. C.3.2.3 The contractor shall ensure that the capacity of the liquid nitrogen tank is 11,000 gallons with a pressure rating of at least 200 pounds per square inch (psi). C.3.2.3.1 The contractor shall ensure that the tank shall have an inner liner constructed of 304 stainless steel. C.3.2.3.2 The contractor shall ensure that the tank shall be regulated from 30 to 140 psi and accurate within 10 psi. C.3.2.3.3 The contractor shall ensure that the pressure relief valve on the tank shall relieve at 150 psi. C.3.2.3.4 The contractor shall maintain the shut off valve is located immediately prior to the pipe thread termination, which shall be maintained so that it is always operable. C.3.2.4 Liquid nitrogen to gaseous nitrogen ambient air vaporizer system C.3.2.4.1 The vaporizer system provides at least 100 standard cubic feet per minute standard cubic feet per minute (SCFM) of ultra high purity and of general purity gaseous nitrogen. C.3.2.4.2 The contractor shall ensure that the general purity and ultra high purity gaseous nitrogen impurity levels shall not exceed those specified in the following table. The contractor shall ensure that all purities are guaranteed and based on actual analysis, not typical analysis. Table C.3.2.4.3 Gaseous Nitrogen Purity Types IMPURITY General Purity Limits Ultra High Purity Limits 99.999 percent 99.9999 percent (ppm) (ppm) Oxygen (02) 4 1.0 Water (H20) 3.5 1.0 Total Hydrocarbons 0.5 0.5 ppm  parts per million C.3.3 DELIVERY OF LIQUID NITROGEN TO THE NITROGEN SYSTEMS PAD: C.3.3.1The contractor shall supply liquid nitrogen to the nitrogen systems pad gaseous nitrogen system tank (i.e., the 11,000 gallon tank) which results in gaseous nitrogen meeting the purity limits defined in table C.3.2.4.2. C.3.3.2 The contractor shall supply standard industrial grade liquid nitrogen to the nitrogen systems pad liquid nitrogen system tank (i.e., the 5,900 gallon tank provided as Government Furnished Property (GFP)). C.3.3.3 The contractor shall monitor usage for the duration of the contract and provide automatic delivery service based on customer usage and the tanks shall be refilled prior to the complete depletion of either tank. C.3.3.4 The contractor shall provide monthly usage reports. The contractor shall ensure that the reports track all past usage in tabular and chart formats with summary tables and charts for each contract period. C.3.4 SYSTEMS OPERATION AND MAINTENANCE: C.3.4.1 The contractor shall perform laboratory analysis of the gaseous system shall be performed by the contractor at least once each year (as options are exercised). The shall include both ultra high purity and general purity gaseous nitrogen. The contr actor shall perform this test at the test ports with results certified in writing. The contractor shall ensure that the impurity concentrations shall not exceed the levels specified in Table C.3.2.4.2. C.3.4.2 The contractor shall supply uninterrupted liquid and gaseous nitrogen service and maintain all associated LGN2 equipment. C.3.4.3 If maintenance of the gaseous and/or liquid nitrogen system(s) require(s) shut-down of the gaseous and/or liquid system(s), the contractor shall provide a trailer/truck of gaseous and/or liquid nitrogen sufficient to ensure uninterrupted nitrogen service, meeting the purity requirements of Table C.3.2.4.2 for gaseous nitrogen to the ZPSL until maintenance is completed. C.3.4.4 The contractor shall maintain all external equipment to the ZPSL to include; the liquid nitrogen tanks, vaporizers, lines, valves, regulators, pneumatics, etc. C.3.5 ESTIMATED REQUIREMENTS C.3.5.1 Estimated liquid nitrogen required is 68,074 CCF monthly or 816,897 CCF annually. 4. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a)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 following factors shall be u sed to evaluate offers: Evaluation factors are: (1) Product Quality - 99.99XX pure, listed impurity levels (2) History of Technical support and maintenance (3) Past Performance (4) Price Technical and past performance, whe n combined, and price are all equally important. Offeror must provide at least two references of previous sales of the product offered made during the last year. Provide a point of contact and a telephone number. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly un balanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offereor must furnish as part of its proposal all descriptive materi al (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the Request for Quotation; (ii) to establish exactly what the offeror proposes t o furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously fur nished or to information otherwise available to the purchasing activity. (End of clause) 5. The Contractor shall deliver to Zahl Building , Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD. Acceptance shall be performed at the Adelphi Laboratory Center. The FOB point is the Adelphi Laboratory Center, MD. (viii) The provision a t 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The Gov ernment reserves the right to award to other than the lowest offer and to make award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFA RS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this cl ause: N/A. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicab le to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3; 52.219-6; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52 .222-37; 52.222-39; 52.232-33; 252.225-7012; 252.225-7014; 252.225-7001; 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply (xiv) This acquisition is rated under the Defense Priorities and Allocations Sys tem (DPAS) as: N/A. 6. The following additional contract requirement (s) or terms and conditions apply: ARL Provisions: 52.004-4409;52.004-4411;52.032-4408;52.032-4418;52.004-4408;52.005-4401;52.011-4401, AMC-LEVEL PROTEST PROGRAM (APR 2006), US ARMY RESEARCH, DEVELOPMENT AND ENGINEERING COM MAND ACQUISITION CENTER (RDECOMAC)  ADELPHI CONTRACTING DIVISION WEBSITE. Provisions can be obtained at HTTP://w3.arl.army.mil/contracts/kosol.htm. 7. The following notes apply to this announcement: #1 which states Small business Set-Aside .Offers are due on 30 June 2006, by 1200 Noon EST, at RDECOM Acquisition Center, Adelphi Contracting Division, ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road, Adelph i, MD 20783-1197. (xvii) For information regarding this solicitation, please contact Nathaniel Billups, 301-394-1945, Fax 301-394-2852 or email to nbillups at arl.army.mil. Email submission of solicitation is preferred.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01066000-W 20060610/060608222402 (fbodaily.com)
 
Source
FedBizOpps 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.