Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
DOCUMENT

66 -- Conditioned Air System - Solicitation 1

Notice Date
5/29/2008
 
Notice Type
Solicitation 1
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670
 
ZIP Code
20670
 
Solicitation Number
PR-1300106483
 
Response Due
6/19/2008
 
Archive Date
7/4/2008
 
Point of Contact
Dora L Hill,, Phone: (301) 757-9765, Susan M Holmes,, Phone: 301-757-9744
 
E-Mail Address
dora.hill@navy.mil, susan.holmes@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5 and Subpart 12.6, as supplemented with additional information included herein, and is a 100 percent Set-Aside for Small Business concerns. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In accordance with FAR 19.5, this acquisition is identified under NAICS code 333415 – Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The small business size standard under this NAICS code is 750 employees (or less). The Naval Air Warfare Center - Aircraft Division (NAWCAD) has a requirement for a Conditioned Air System (CAS) to be used at the Propulsion System Evaluation Facility (PSEF). The conditioned air system will be used for the Altitude Environmental Chamber (AEC) in the Propulsion Systems Evaluation Facility (PSEF) at the NAWCAD Patuxent River, MD for RDT&E testing of small air-breathing propulsion systems. The Navy is seeking either a commercial off the shelf CAS or non-developmental items that can be modified by the contractor and integrated into a single system to meet the Navy’s requirement and install the system at PSEF, Patuxent River, MD. Detailed requirements below. NOTE TO OFFERS: The Government intends to award either CLIN 0001 or CLIN 0002 but not both. The Conditioned Air System must meet the following minimum requirements: 1. CLIN 0001 – Conditioned Air System (CAS) - Quantity 1 EA The CAS shall operate outside in ambient conditions of 10°F to 100°F and 5% to 100% relative humidity. The CAS equipment, components, and hardware shall be fabricated using corrosion resistant material. The airflow path materials shall not shed any material that could flow downstream to the engine under test in the AEC. The CAS shall be capable of delivering conditioned air to the AEC with the following specifications. Conditioned Air Requirements •Heating/Cooling Design Point Air Flow (scfm)1800 •Discharge Air Low Temperature (ºF)2-65 •Discharge Air High Temperature (ºF)160 Note 1 - scfm = standard cubic feet per minute Note 2 - Facility air with a -40 Dew Point Temperature (ºF) will be supplied to the CAS. The quantity of residual moisture in the air is very small and further reduction in the air’s Dew Point Temperature is not required for the application intended. The CAS shall take-in facility supplied, oil free, compressed air (see Government Pad Site Facilities, below), expand the air, as necessary, to obtain set point flow rate, raise or lower the air temperature to meet the set point temperature, filter the air to remove particles down to 10 microns, and then discharge the conditioned air into the AEC’s 10 inch diameter insulated supply pipe. The filter media shall be accessible and replaceable during routine maintenance. The pressure in the AEC supply pipe can vary from 5.5 pounds per square inch absolute (psia) to 18 psia dependent upon the engine test conditions. The CAS shall include an overpressure protection device with automatic resetting capability to prevent overpressure of the CAS when the discharge airflow path is completely blocked due to flow path conditions downstream. The CAS shall have the capability to regulate the facility airflow rate into the CAS. The CAS’s airflow path shall be sized to handle up to 3000 scfm air (maximum available facility airflow rate). The CAS cooling and heating requirements apply only at the Heating/Cooling Design Point Air Flow condition. The CAS shall have the capability of controlling the discharge temperature to ± 2 oF of the set point. The CAS shall have the capability of changing the discharge temperature from extreme set points ((maximum high to maximum low) or (maximum low to maximum high)) in less than 75 minutes. The system shall have two control panels, one mounted on the CAS and the other located remotely in the AEC control room’s, industry standard 19” wide x 25” deep, instrumentation rack. The CAS shall have the capability for the operator to regulate airflow rate, change the temperature discharge air set point, and start and stop the CAS from either control panel. It is estimated that 250 ft. of cable shall be required to tie in the CAS to the test cell control room instrumentation rack. The control panels shall have separate digital displays for continuous display of each of the following parameters: CAS inlet and outlet pressures (units - psia), inlet and outlet temperatures (units - ºF), inlet and outlet dew points (units-ºF), and air mass flowrate (units – scfm) through the CAS up to 3000 scfm. The CAS shall have an hour meter to log total CAS run time. The control panels shall have the capability for viewing CAS diagnostic, machine health and fault condition parameters. The CAS shall have doors and internal passageways for ease of accessibility of personnel performing maintenance on equipment. If the CAS uses facility cooling water, the CAS shall have the capability to be gravity drained of all its cooling water for maintenance actions and freeze protection. The CAS shall be designed for a minimum of 120 hours of continuous operation between routine maintenance actions. 2. CLIN 0002 – Conditioned Air System (CAS) - Quantity 1 EA The CAS shall have a Heating/Cooling Design Point Airflow of 1200 scfm of conditioned air to the AEC. All other requirements in CLIN 0001 shall apply. 3. CLIN 0003 – Installation - Quantity 1 EA Place and position the CAS on the pad and connect all services-facility supplied air and discharge air to the AEC inlet pipe, required for operation of the CAS. Cut and mate, as required, the insulated AEC nominal 10” diameter stainless steel supply pipe to the CAS Cut and mate, as required, the facility compressed air supply line to the CAS. Install control panel in test cell control room and the cabling between the CAS and the test cell control room. CLIN 0004 – Operational Demonstration and Acceptance Criteria – Quantity 1 Lot Conduct demonstration of the CAS at air flow and temperature design points, after installation of the system. Conduct operational demonstration of the CAS at temperature extremes (-65F and 160F) for the Heating/Cooling Design Point Air Flow. Operational demonstration will be the Government’s acceptance criteria for CLINs 0001 or 0002 (not both), 0003 and 0004. 5. CLIN 0005 – Installation, Operation and Maintenance Manuals – Quantity 1 EA Provide installation, operation and maintenance manual, hardcopy. 6. CLIN 0006 – Installation, Operation and Maintenance Manual – Quantity 2 EA Provide installation, operation and maintenance manuals, CD. 7. CLIN 0007 – Standard Commercial Warranty – Quantity 1 Lot NSP A copy of the vendor's standard commercial warranty. 8. CLIN 0008 – Warranty – Quantity 1 Lot Additional Warranty – The contractor shall provide additional information and price(s) of extended warranties if offered. This is for informational purposes only as a possible option to the Government. The following Government pad site facilities are available to the contractor, if needed, to perform the requirements of the contract: Facility air: Flow rate (maximum)3000 scfm Pressure (maximum)125 psig Temperature (typical)60 to 90 º F Dew point-40 º F Cooling Water: Flow rate (maximum available)100 gallons per minute Pressure (maximum)60 psig Maximum Δ P for cooling water return15 psig Temperature 45 to 89 º F Electricity: 480 VAC, 200 Amp Pad Area: -Re-enforced concrete – approximately 12 feet wide by 19 feet long, located 1.5 feet from the building housing the AEC. -The electric, facility compressed air supply and cooling water supply and return are around the periphery of the pad -The 10 inch AEC air supply pipe is at an elevation of approximately 61 inches. -Height Restriction - There is an "I" beam approximately 15 feet over one part of the pad. - Additional details are available in the attached Applicable Documents file in Adobe Acrobat PDF format.. In accordance with the provision at FAR 52.212-2, Evaluation – Commercial Items, paragraph (a), the proposal will be evaluated based on the following factors: Technical, Price, Delivery, and Past Performance. All evaluation factors are considered equally important; however the Government reserves the right to make an integrated evaluation resulting in the best value to the Government, price and other factors considered. TECHNICAL: Please provide commercial brochures/literature for the air conditioned system, and/or other information sufficient to show how the quoted products meet all of the required technical specifications as provided herein. In addition provide a copy of the standard commercial warranty terms and conditions. PRICE: The offeror shall provide sufficient detail and breakdown per item/element to allow the contracting officer to determine the reasonableness of the proposed price/cost. The price/cost proposal shall be submitted as a separate file. No pricing information shall appear in the proposal’s technical files. List any discounts which may be applicable. Pricing shall include F.O.B. Destination terms to NAWCAD, Patuxent River MD 20670. DELIVERY: Please specify a date for delivery of all items after receipt of a written contract. Delivery is F.O.B. Destination PAST PERFORMANCE: Please provide three prior contracts or purchase order numbers; for recent, same or similar products sold to other customers (within the last five year). Contracts should be either directly related or similar in scope, magnitude, and complexity to the requirement of this solicitation. Include the name of the contracting activity, contract number, period of performance, contract type, contract work description, dollar value, a point of contact and phone number for each contract/purchase order record provided. The offerors are reminded that both independent data and data provided by the offerors in their proposals may be used to evaluate past performance. Since the Government may not necessarily interview all sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. The provisions at FAR 52.212-1, Instructions to Offerors --Commercial Items and FAR 52.212-4, Contract Terms and Condition – Commercial Items Quotations are applicable to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items will be included in any award resulting from this notice. The provision at DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is applicable and will be included in any award resulting from this notice. All proposals shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall fill out this provision, paragraph (j), and submit it with their offer. The automated system for complying is called On-Line Representations and Certifications Application (ORCA), and is available at: https://orca.bpn.gov/login.aspx To receive an award from Department of Defense, contractors must be registered in the CCR database, available at: www.ccr.gov This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. Full text for FAR/DFAR provisions and clauses may be accessed at http://farsite.hill.af.mil/ We may award to one or none of the offerors. No split awards will be made. We may award with or without discussions. See Numbered Note 1. The total estimated dollar value for this procurement is $250,000.00. Comments or questions should be submitted via e-mail. The Government is not responsible for any lost or misdirected emails or quotes. No phone calls please. Proposals should be submitted via email to the Point of Contact. However, hardcopies may be made via common carrier such as FEDEX, UPS, or USPS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=833452fe21ad5af5e3fa1d1cc2f06a59&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Photos of Government pad site availble for use in performance of the prospective contract requirement. (Applicable_Documents_Solicitation_PR1300106483.pdf)
Link: https://www.fbo.gov//utils/view?id=69d37d560dd351252ffabb54a7bb53d4
Bytes: 220.58 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Warfare Center, Bldg. 2360, 22229 Elmer Road, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01582660-W 20080531/080529221204-833452fe21ad5af5e3fa1d1cc2f06a59 (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.