Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
MODIFICATION

42 -- DIVER BREATHING AIR COMPRESSOR CASCADE SYSTEM

Notice Date
7/31/2009
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-LDQ002359
 
Archive Date
8/26/2009
 
Point of Contact
Dina Olibah, Phone: 7038144830, Lynda M. Theisen, Phone: 703-632-8067
 
E-Mail Address
Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Amendment #3 RFQ09-LDQ002359 The purpose of this amendment is to 1) update solicitation with revised requirements to encompass all previous amendments and incorporate additional changes since Amendment #2 as a complete list of all requirements; 2) extend question submission deadline to August 5, 2009 at 10:00 AM ET; 3) extend the quote response deadline to August 11, 2009 at 10:00 am ET. 42-Diver Breathing Air Compressor, Nitrox Generator, Cascade System, SCUBA Containment fill station, Separate Regulator System. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35, Effective 15 July 2009. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The combined synopsis/solicitation number is RFQ 09-LDQ002359 and shall be referenced on all quotes. The FBI requires one (1) breathing air compressor, (1) nitrox generator, (1) cascade system, (1) SCUBA containment fill station, and (1) separate regulator system. These systems will give the FBI the ability to generate nitrox and fill breathing air tanks for the FBI divers. The Diver Systems shall meet or exceed the following specifications: (1) Breathing Air Compressor • The air purification system shall have a breathing air grade class "E" • Shall have a minimum of 15 HP (HorsePower) • Shall be capable of producing a minimum of 6000 PSI • Shall process a minimum of 22 CFM (Cubic Feet per Minute) • Shall be able to operate only on electrical power, 480V-3phase-60A o The main power wired feed to the building is 480V o Gas or diesel will not be acceptable • Shall have an air purification system capable of processing a minimum of 80,000 cubic feet. • Air fill temperature and number of cartridges and chambers shall be set to industry standards. • System shall be fully enclosed with sound proof protection • System shall have: o An automatic drain system o Hour meter to determine how long the compressor has been in use o An automatic safety turn off capability when pressure has reached its maximum o A Carbon-Monoxide / moisture indicator shall be an electronic indicator that will shut down the compressor if Co/moisture levels exceed 10ppm by volume. As for moisture, there shall be no free liquid water. The maximum water content of the air coming from the compressor shall not exceed 25 mg per cubic meter. (1) Nitrox Generator • System shall be capable of producing a breathable gas blend that contains up to 40% Oxygen. • Capable of unlimited continuous production; i.e. no lag time when machine has been turned on - instantaneous Nitrox produced continually until it has been shut off. • Complete turnkey operation; a system that is prepared to start producing immediately once it has been turned on. Do not want a several step process to make the generator produce. • Shall have a membrane system to filter the nitrogen molecules • Shall be able to process a minimum of 20 CFM. (1) Cascade System • Shall have 4 ASME vessels securely fastened to the wall at installation o Each ASME cylinder shall have a minimum capacity of 475 cubic feet at 6000 PSI. (1) SCUBA Containment Fill Station • Shall be able to fill at minimum 3 standard 80 cubic feet aluminum SCUBA tanks simultaneously. • Shall have a full containment system with lock bar for safety o Must be a bullet proof containment vessel incase SCUBA tank or fill whip ruptures or explodes • Fill whips shall have a shut off and bleeder assembly • Shall have a built in control panel to include: o Liquid filled gauge for each cascade bottle with a control to determine pressure status. o Adjustable regulator for each fill station and a pressure results gauge o Knobs for control and air flow o A selector option to choose to fill the SCUBA tanks with Nitrox or with banked (regular breathing) air from the cascade system  This means that there will need to be a connection between the Nitrogen Generator and the control panel o Pressure gauge and regulator for the separate regulator system listed in the specification below (1) Separate Regulator System • Shall be capable of regulating the air pressure from 0-6000 PSI inlet and 0-250 PSI outlet • The auxiliary regulator shall tie into a piping system which will deliver low pressure (250 PSI maximum) service air to the balance of the dive area and a computer service area. The air will be utilized for routine cleaning and maintenance of dive and computer equipment. • Shall have liquid filled gauges • Shall have a pressure relief valve • Shall be securely mounted during installation  The vendor shall install the cascade bottles and nitrox generator by mounting on the wall and the compressor, fill station, and integrated control panel will be placed on the ground. The entire system shall fit in 4'x8' room with a 6' wide roll up door and approximately ~12' ceiling height. The anticipated plans are for the compressor and fill station with integrated control panel to sit on the floor. The nitrox generator and cascade bottles are to be affixed to the wall on a shelf above. All installation costs must be included in quote.  Installation for items is tentatively scheduled for approximately the September 2009 time frame; however, the date is subject to move based upon construction completion. The vendor shall state in the quote expected lead time vendor needs for delivery and installation. Quote shall state vendor lead time required once the FBI has the warehouse completed and approval for installation is received.  Electrical power for the designated room wired for 480V - 3 Phase - 60 A. 230V is not available in the electrical room.  There is a power roof vent and ventilation fan rated at a minimum of 500 Cubic Feet per Minute (CFM) in the designated room.  The FBI requires that the vendor provide ASME vessels for the storage vessels.  1 year warranty to be included on all systems To ensure that sufficient information is available, the quoter must furnish as a part of its quote all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the combined synopsis/solicitation, and (ii) establish exactly what the quoter proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. Performance under this procurement will require access to FBI locations for installation and training purposes. Approval by the FBI's Security Division for entry access of Non-FBI personnel must be satisfied prior to access. Contractors who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility will need to complete forms and have it submitted ten days prior to required access. More instructions will be included to the awardee with the purchase order. All items shall be delivered FOB destination to 1000 Falls Run Fredericksburg, VA 22406. A firm fixed price contract will be awarded to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability, (2) price and (3) past performance. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUNE 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JULY 2009) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (MAR 2009); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUNE 2009) - in paragraph (b) the following clauses apply; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference; clause full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by August 5, 2009, 10:00 AM EST. Questions shall be accepted via electronic mail only and shall be sent to Dina.Olibah@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by August 11, 2009, 10:00 AM EST. Quotes shall only be submitted via electronic mail to Dina.Olibah@ic.fbi.gov. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-07-07 14:40:29">Jul 07, 2009 2:40 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-07-31 10:33:16">Jul 31, 2009 10:33 am Track Changes Previous Amendment #1 information incorporated above which contains a complete list of requirements. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2009-07-13 11:15:36">Jul 13, 2009 11:15 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2009-07-31 10:33:16">Jul 31, 2009 10:33 am Track Changes Previous Amendment #2 information incorporated above which contains a complete list of requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-LDQ002359/listing.html)
 
Place of Performance
Address: Fredericksburg, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN01895763-W 20090802/090801001042-02ca7f5646c0c1d2cb816cd4eae7a6db (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.