Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

49 -- 20 hp Compressors

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
FQ48199239A001_Gomez
 
Archive Date
10/3/2009
 
Point of Contact
Andrew M. Gomez, Phone: 850-283-2088
 
E-Mail Address
andrew.gomez@tyndall.af.mil
(andrew.gomez@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for Tyndall AFB for the following commercial items: The following is the product description for the air compressors to be purchased for Bldg 290 (BRAND NAME OR EQUAL): Item 1: Kaeser Model # SK20 (or equal) Compressor Capacity - 78 ACFM Ea Total System Capacity - 156 ACFM Pressure - 125 PSIG Horsepower - 20 BHP Ea Voltage - 460/3/60 SPECS: Oil flooded rotary screw air compressors mounted on a solid base frame with a solid steel floor and rubber anti vibration mounts to include vibration proofing for air, motor and separator tank. Shall beair-cooled, V-belt drive, electric driven, single stage, completely piped, wired, factory tested, with power saving profile, manufactured under ISO 9001 Quality control standards, designed for 115 degree F temperature range; cleanable pre-filter up to 40 microns, cleanable inlet filter shall be at most 4 microns; electric motor shall be TEFC, class "F" insulation, 3600 RPM, EP act compliant, with a service factor of 1.15, motor efficiency of at least 92%, with a reduced voltage starter, with an oil filter of at most 10 microns; the control system shall monitor all critical compressor and control system functions and compressor maintenance items and communicate with the Siemens Apogee system presently installed, be contained in a NEMA 4 electrical enclosure, with safeties to include motor overload, high air temperature, incorrect rotation, and loss of drive; reservoir/separator tank to include 3-stage separation, 2 to 3 ppm (by weight) carry over, tank shall be ASME certified, with a high efficiency cooler, after-cooler approach "CTD" shall be 12 degrees F. (or equal) *System shall also be provided with a metal sound-proofed enclosure with a durable power coated finish, self-contained and a totally integrated air compressor package, with the noise level, full load, in accordance with CAGI/Pneurop test code shall not exceed 66dbA. System design shall include an integral sequencer for automatic Lead/Lag control and 24 hour compressor alternation. (or equal) QTY: 2 EA Item 2: Demolition: Demolition services shall include equipment handling, labor and haul away services for removal of the existing Gardner Denver 200hp air compressor package. Due to access and dimensional restrictions the unit shall be completely disassembled and removed in sections and or pieces. All fluids shall be drained and disposed of in proper manner. (or equal) QTY: 1 EA Item 3: Warranty: Five (5) year warranty shall include electric motor and controller. Complete unit shall be for covered for One (1) year. Compressor maintenance kit provided for first year (or equal). QTY: 1 EA Item 4: Start-Up Service: Compressor package shall be provided with a field start-up. This shall provide inspection, run testing of unit, adjusting parameters as required, and warranty validation (or equal). QTY: 1 EA Item 5: Kaeser Flow Controller (or equal): Kaeser KFC series flow controller shall be integrated into the system air header to maintain a steady downstream pressure of 90-100psi. The flow controller's primary purpose is to provide usable and effective air storage capacity for off peak air consumption, eliminating the need for the lag compressor to start thus saving additional energy. The flow controller design shall be of such to maintain a +/- 3psi desired discharge pressure at minimum and maximum flow requirements (or equal). QTY: 1 EA Item 6: INSTALLATION SERVICES: Installation services shall be a "Turnkey" job for Tyndall AFB. install shall include labor and materials complete for interconnecting compressors, compressor hot air ducting and all electrical requirements. (or equal) SPECS: Hot discharge air ducting shall be part of equipment installation and include steel HVAC style air ducting sized for each system to allow a maximum of.25" hg. Ducting shall be tied into existing roof discharge duct. Electrical installation, shall require and include an electrical distribution panel complete w/ short circuit protection for each compressor. Each compressor unit shall have an independent circuit terminating to the compressor package. Mechanical installation shall include liquid moisture separators complete w/ no loss electric demand drains for each compressor package. Condensation discharge shall be plumbed to existing floor drain. Flexible discharge hoses shall be required for each compressor when connecting to existing compressed air header. A filter service kit shall be included for the existing inline coalescing filter assembly. (or equal) QTY: 1 EA This synopsis and solicitation is 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). North American Industrial Classification System (NAICS) code 333912 applies to this procurement. The small business size standard is: 500 Employees. This procurement is being issued as a Service Disabled Veteran Owned Set-Aside. The provisions at FAR 52.212-1, Instructions to Offertory--Commercial Items, applies to this solicitation. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, applies to this solicitation. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer. The clause at FAR 52.247-34, F.O.B. Destination applies to this solicitation. The clause at DFAR 252.204-7004, Required Central Contractor Registration applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clauses DFAR 252.225-7002, Qualifying Country Sources as Subcontractors and DFAR 252.232-7003, Electronic Submission of Invoices applies to this solicitation. Electronic invoicing can be accomplished through the Wide Area Work Flow at https://wawf.eb.mil/. All quotes must either be emailed to andrew.gomez@tyndall.af.mil or faxed to A1C Andrew M. Gomez at 850-283-1033. Quotes are required to be received no later than 1300 CST, Friday, September 18th, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/FQ48199239A001_Gomez/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01954296-W 20090916/090915001758-7452e0eab12db64b9deeacbe8dc56901 (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.