Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOLICITATION NOTICE

43 -- Backup Air Compressor

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
 
ZIP Code
30341-4146
 
Solicitation Number
Reference-Number-00HCAJCD-2007-42261
 
Response Due
9/13/2007
 
Point of Contact
Philippa Butts, Contracts Specialist, Phone 7704882684, Fax 7704882847
 
E-Mail Address
ezo2@cdc.gov
 
Description
The Centers for Disease Control and Prevention intends to award a purchase order for the following equipment/services. Description of the requirement is: (1) Backup HP Air Compressor for purchase and delivery only. This is an all or none requirement. This is not a set-aside. This announcement constitutes the ONLY solicitation. Proposals are being requested and a written solicitation will not be issued. Competition for this requirement is FULL AND OPEN to all interested business concerns. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations and the Centers for Disease Control and Prevention Regulations. The proposal shall include itemized pricing, prompt payment terms, the F.O.B. Point (Destination or Origin as applicable), Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs), and description of the item proposed. The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006). Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -Commercial Items (AUG 2007). The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007) is applicable. FAR provision 52.214-34, Submission of Offers in the English Language (APR 1991); FAR provision 52.214-35, Submission of Offers in U. S. Currency (APR 1991); FAR clause 52.249-2, Termination for Convenience of the Government (Fixed-Price)(MAY 2004) and FAR clause 52.249-8, Default (Fixed-Price Supply and Service)(APR 1984). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2007) applies to this acquisition. The following FAR clauses cited within FAR clause 52.212-5 are applicable: FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Aug 2007); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jan 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-1, Buy American Act ? Supplies (June 2003); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-30, Installments Payments for Commercial Items (Oct 1995); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.232-36, Payment by Third Party (May 1999); The following Centers for Disease Control and Prevention clauses are applicable to this acquisition: CDCA.C001, Statement of Work; CDC0.E001, Inspection and Acceptance; CDCA.F001, Deliverable(s) Schedule; CDCA.F005, Period of Performance; CDCA-F008, Place of Delivery; CDC0.G008, Project Officer; CDC0.G018, Payment by Electronic Funds Transfer; CDCP.G003, Payments; CDCP.G009, Contracting Officer; CDCP.G010, Contract Communications/Correspondence; CDC0.H019, Security Clearance Requirements. The Offeror shall cite Reference Number 00HCAJCD-2007-42261. The NAICS Code is 333912. NOTE: The Offeror must have an active registration with the Central Contractor Registration (www.ccr.gov) prior to award of the purchase order in accordance with FAR Clause 52.204-7. This requirement will be procured under the terms and conditions set forth in the Federal Acquisition Regulations (FAR) for Commercial Items, FAR Subpart 12 as a combined synopsis/solicitation. Proposals will be due on September 13, 2007, by 2:00 PM (local time). Specifications: SECTION 15214 COMPRESSED AIR SYSTEMS PART 1 GENERAL 1.1 SUBMITTALS A. Product Data: 1. System Components: Submit manufacturers catalog information including capacity, component sizes, rough-in requirements, and service sizes. When applicable, include electrical characteristics and connection requirements. 2. Compressors: Submit type, capacity, and performance characteristics. Include electrical characteristics and connection requirements. B. Product Data: Submit manufacturers catalog literature with capacity, weight, and electrical characteristics and connection requirements. C. Manufacturer's Installation Instructions: Submit hoisting and setting requirements, starting procedures. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.2 CLOSEOUT SUBMITTALS A. Provide 3 copies of Operation and Maintenance Data: Submit assembly views, lubrication instructions, replacement part numbers and availability. 1.3 DELIVERY, STORAGE, AND HANDLING A. Accept equipment on site in factory fabricated containers with shipping skids and plastic pipe end protectors in place. Inspect for damage. B. Protect equipment from weather and construction traffic. Maintain factory packaging and caps in place until installation. C. Deliver fittings, valves, and other components in sealed containers and keep sealed until installation. 1.4 WARRANTY A. Furnish five year manufacturer warranty for pumps, compressors, refrigerated dryers and valves excluding packing. PART 2 PRODUCTS 2.1 AIR COMPRESSOR A. Manufacturers: 1. Atlas-Copco ZR-37 2. Ingersoll-Rand Model Sierra 50 HP Model L 3. Sullair S-energy Series Model 3707, 50 HP B. Air Compressor: Simplex compressor system consisting of water-cooled compressor, air receiver, after cooler, and operating controls. C. Screw Compressors: 1. Unit: Direct or gear drive, fixed speed, oil-free, rotary screw compressor with microprocessor based control panel. 2. Motor: TEFC. 3. Control Panel: Factory mounted and wired enclosure, with starter and refrigeration controls including: a. Non-fused disconnect switch. b. Single point power connection and grounding lug. c. Solid state overload relay for each compressor. d. Cycle counter and hour meter for each compressor. e. Automatic shutdown on compressor overload. f. Automatic power outage restart. g. Pressure switch. D. Capacity: 1. Continuous Delivery: 125 CFM minimum. 2. Intake Conditions: free air. 3. Discharge Conditions: 100 psi. E. Electrical Characteristics: 1. 50 hp. 2. 480 volts, three phase, 60 Hz, Star Delta type starter. 2.2 REFRIGERATED COMPRESSED AIR DRYER A. Air dryer shall be provided by the same vendor who provides the compressor. B. Refrigerated Air Dryer: Self contained mechanical refrigeration type complete with heat exchanger, refrigeration compressor, automatic controls, moisture removal trap, internal wiring and piping, and full refrigerant charge. C. Air Connections: Inlet and outlet connections at same level, factory insulated. D. Heat Exchangers: Air to air and refrigerant to air coils. E. Moisture Separator: Centrifugal type. F. Refrigeration Unit: Hermetically sealed type to operate continuously to maintain specified 39 degrees F dew point. House unit in steel cabinet with access door and panel for maintenance and inspection. G. Accessories: Air inlet temperature gage, air inlet pressure gage, on/off switch, power on light, refrigerant gage, air outlet pressure gage. 2.3 AIR RECEIVER A. Air Receiver: built to ASME Section VIII regulations for working pressure of 125 psi. Capacity 250 ? 300 gallons, flange or screw inlet and outlet connections. B. Fittings: Adjustable pressure regulator, safety valve, pressure gage, drain valve, and automatic float actuated condensate trap. C. Coalescing Filters: Furnish with activated carbon capable of removing water and oil aerosols, with color-change dye indicating when carbon is saturated and warning light indicating when maximum pressure drop has been exceeded. (END OF SECTION) Inquiries may be sent to Philippa Butts by email at PButts@cdc.gov. Facsimile proposals will NOT be accepted; email is the preferred method. All responsible business concerns that can meet the requirement may submit a proposal, which will be considered by the Agency.*****. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-OCT-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/CDCP/PGOA/Reference-Number-00HCAJCD-2007-42261/listing.html)
 
Place of Performance
Address: Atlanta, GA
Zip Code: 30333
Country: UNITED STATES
 
Record
SN01426495-F 20071003/071001224840 (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.