Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

43 -- Five (5) New Air Compressors (2 Diesel Engine Driven and 3 Electric Motor Driven )with Accessories for Cousons Pumping Station Harvey, LA and Dwyer Road Pumping Station, New Orleans, LA - UNRESTRICTED

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-07-T-0120
 
Response Due
6/4/2007
 
Archive Date
8/3/2007
 
Small Business Set-Aside
N/A
 
Description
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  QUOT ES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation (W912P8-07-T-0120) is issued as a Request for Quotation (RFQ). This synopsis/ solicitation document and incorporated provisions and clauses are those in effect throug h FAR Circular 2005-16 and Class Deviation 2005-0001. This solicitation is being advertised as unrestricted. The associated NAICS code is 333912; size standard of 500 employees. PART I  PRODUCT SPECIFICATIONS: Item 0001  Electric Driven Air Compressor, 18-CFM, Base Mount, 7.5 H.P., 208 volt, 60 HZ, 250 psig rating. Champion-A Gardner Denver Company, Model No. BPL-7F (OR EQUAL). Item 0002  Electric Driven Air Compressor, 18-C FM, Vertical Tank Mount, 80-gallon, 5 H.P., 460/230/208 volt, 60 HZ, 125 psig rating. Champion-A Gardner Denver Company, Model No. VPL5-8 (OR EQUAL). Item 0003  Electric Driven Air Compressor, 60-CFM, Base Mount, 20 H.P., 460 volt, 60 HZ, 250 psig ratin g. Champion-A Gardner Denver Company, Model No. BPL 20 (OR EQUAL). Item 0004  Diesel Driven Air Compressor, 60 CFM, Base Mount, 250 psig rating, 1800 RPM. Champion-A Gardner Denver Company, PL-Series (OR EQUAL). Item 0005  Diesel Driven Air Compresso r, 13-CFM, Base Mount, 250 psig rating, 1800 RPM. Champion-A Gardner Denver Company, Model No. BDPL5-Y (OR EQUAL). PART II  PRODUCT DESCRIPTIONS/REQUIREMENTS: COMPRESSORS: (a) 3 phase, two-stage, pressure lubricated, air cooled, reciprocating, dual capacity control, NEMA 4 low oil monitor and pressure switch, air cooled after-coolers for 60 CFM compressors; (b) cons tructed with cast iron housing and head, heat treated forged steel ductile iron shaft, aluminum pistons, and statically and dynamically balanced rotating parts; (c) equipped with oil switch to automatically shut down compressor in event of oil pressure fai lure; (d) provided with automatic capacity reduction equipment consisting of suction valve unloaders operated by oil pressure; (e) equipped with unloaded starting mechanism (f) mounted on a one piece ribbed welded steel base with provision for V-belt adjus tment. (g) integrated with a copper finned tubing air-cooled intercooler (h) integrated with a positive displacement oil pump that is removable for servicing; (i) include an oil inlet screen that is easily replaceable; (j) include automatic-type spin-on oi l filter with replaceable cartridge; (k) provided with circular finned design, separate and removable cylinders, integral fan blading on flywheel for cooling, built-in pump to provide full pressure lubrication to crankpin bearings, and connecting rod bushi ngs, stainless steel valve construction, and intake air filter integral with suction muffler and replaceable dry filter element; (l) include dual type of control combination of automatic start-stop to run either in start/stop or constant speed mode and a c ompressor oil pressure gauge that is locally mounted. AIR-COOLED AFTER-COOLER: (a) for 60 CFM Air Compressors only; (b) OSHA approved belt guard air after-cooler suitable for operation under 250 psig working pressure; (c) Model No. M-30-76941 manufacture d by Thermal Transfer Products, Ltd. (OR EQUAL).; (d) constructed with removable tube nests of non-ferrous metal tubes and corrosion resistant tube plates, safety valves, pressure gauges, moisture air separator and automatic drain valve; (e) moisture air s eparators for 60 CFM compressors shall be Model No. S-200-M manufactured by Thermal Transfer Products Ltd. (OR EQUAL); (f) automatic drain valves for 60 CFM compressors shall be Model No. 4477 manufactured by PNEUMATECH INC. (OR EQUAL); (g) capacity to rem ove 70% moisture to cool discharge air within 15 degrees F ambient air temperature with compressors operating at specified capacity. ELECTRIC MOTOR: (a) ball bearing induction through a V-belt drive (b) skid mounted; (c) maximum operational rotating speed to provide the required horsepower-1800 RPM. (c) high starting torque NEMA Design C; (d) drives with Drip-pr oof enclosure, 120-volt space heaters, Class F insulation. DIESEL ENGINE: (a) four cycle four stroke air-cooled through a V-belt drive (b) skid mounted (c) pressure lubricated with gear pump, (d) 1800 RPM, (e) Maximum operational rotating speed to provid e the required brake horsepower -2400 RPM. (b) Maximum piston speed at 2400 RPM-1450 FPM. (c) Maximum brake mean effective pressure at required BHP-80 psig. The design features of the diesel engine shall be as follows: (1) Cylinders: separate and removal from crankcase. (2) Cooling: Pressure type cooling. Direct driven centrifugal blower. (3) Lubrication system: Forced feed gear-type pump to maintain continuous flow of lubricant under pressure to all moving parts. The system shall have by-pass valve in the event oil filter is blocked. (4) Fuel Oil: American Botch distributor injection pump, Pintle nozzle, fuel metered at injection pump, or approved equal. Mechanical fuel transfer pump with hand primer and automatic field shut-off. Fuel to be conti nuously filtered by primary and secondary fuel filters. (5) Valves: Overhead free to rotate. (6) 12-volt starting system with glow plugs if required. (7) 115-ampere hour 12-volt starting battery with engine driven 30-ampere alternator charger system. Include battery, battery cables, and battery box. (8) SCR controlled dual rate trickle charge with at least 5-ampere high rating in conjunction with a test charge indicator and red pilot light indicator for charging. (9) Commercial Type exhaust sile ncer: engine mounted and insulated. (10) Air cleaner with replaceable cartridges. (11) Oil filter with replaceable cartridges. (12) 60 CFM unit shall have a 10-gallon day tank mounted on the unit with float valve to allow automatic fuel re-supply while preventing the tank from overflowing. 13 CFM unit may have an engine mounted tank. (13) Fuel filters with replaceable cartridges. (14) Adjustable engine foundation for belt tensioning. (15) Engine oil pressure and temperature gauges. PART III  ADDITIONAL REQUIREMENTS: (OR EQUAL) products will be accepted in accordance with FAR Clause 52.211-6. Quotes must include detailed product literature and drawings for all items to clearly show part details, dimensions and tolerances. DELIVE RY: The air compressors shall be ready for delivery within 90-days of contract award. Quotes must include a delivery schedule (i.e. the amount of time required after contract award to supply the air compressors). SHIPPING ADDRESSES: (a) Cousins Pumpin g Station, 2466 Destrehan Avenue, Harvey, LA 70058 (b) Dwyer Road Pumping Station, Dwyer and Jourdan Road, New Orleans, LA. PRESERVATION/PACKAGING/PACKING: Preservation packaging, and packing for shipment of all items shall be in accordance with commer cial practice and adequate for safe transportation. Each item shall be protectively processed for short term indoor storage which as a minimum shall include completely wrapping the unit in heavy gage polyethylene sheeting, sealing all edges with tape and enclosing a desiccant bag in the wrapping. Instructions for maintaining protection during storage periods must be furnished. WARRANTY. All equipment must be guaranteed for any defects or workmanship for one year from the date of installation. PART IV  QUOTE INSTRUCTIONS: (a) Provide firm fixed, lump sum quote for each item to include FOB Destination to specified location; (b) quote must include all equipment, including after coolers, moisture separators, drain valves, safety valves, gauges, a nd all other incidental accessories to complete the work ITEM DESCRIPTION QTY TOTAL 0001 Electric Motor Driven Air Compressor 1 Each LS $_____________ 18-CFM Base Mount  Delivered to Dwyer Road Pumping Station 0002 Electric Motor Driven Air Compressor 1 Each LS $_____________ 18-CFM Vertical Mount  Delivered to Dwyer Road Pumping Station 0003 Electric Motor Driven Air Compressor 1 Each LS $_____________ 60-CFM Base Mount  Delivered to Cousins Pumping Station 0004 Diesel Engine Driven Air Compressor 1 Each LS $_____________ 60-CFM Base Mount  Delivered to Cousins Pumping Station 0005 Diesel Engine Driven Air Compressor 1 Each LS $_____________ 13-CFM Base Mount  Delivered to Dwyer Road Pumping Station TOTAL&&&&&&&&&&&&&&&&&&&&&&.$___________ PART VII  CLAUSES: The Federal Acquisition Regulation (FAR) and Department of Defense (DFAR) may be obtained via the Internet at URL: http://www.arnet.gov/far. The following FAR and DFAR clauses and provisions apply to this solicitation and any resulti ng contract: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to OfferorsCommercial Items; 52.212-4, Contract Terms and ConditionsCommercial Items; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference and 252.232-7010. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, applies but only the following are applicable to this procurement: 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Con vict Labor; 52.222-19, Child LaborCooperation 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 Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.2 32-33, Payment by Electronic Funds TransferCentral Contractor Registration; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies but only the following are applicable to this procurement: 252.225-7001, Buy America n Act and Balance of Payments Program; 252.225-7016 Alternate I, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036, Buy American Act Alternate IFree Trade AgreementsBalance of Payments Program; and, 252.247-7023 Alternate III, Transpor tation of Supplies by Sea. Quotes must include a completed copy of FAR 52.212-3, Offeror Representations and CertificationsCommercial Items. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/, per the requirem ents of FAR 52.204-7 and DFAR 252.204-7004 Alt A. Quotes are required to be received no later than 2:00 PM CTS, Monday, 4 June 2007. Quotes may be sent to the address listed above or faxed to (504)862-2889. Quotes may also be e-mailed to Pamela.s.moody@ mvn02.usace.army.mil. Award will be made based on responsiveness, responsibility, compliance with the requirements of this solicitation and deemed to be in the best interest of the Government. Basis for award will be by price and technical merit determin ed by the required product literature and as authorized by FAR 52.212-2, EvaluationCommercial Items.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01298314-W 20070520/070518221519 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.