Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

81 -- Skid Mounted CO2 Storage tanks

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-T-1121
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
Steve Tirone, 928-328-6287
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(steve.tirone@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W9124R-09-T-1121 Response: COB September 25, 2009 This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items, Part 13 Simplified Acquisition Procedures with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 (10 September 2009) and class deviation 2009-O0011 and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20090825 edition. The awarded contract will be a firm fixed price contract. This commercial item acquisition is being solicited as 100% small business set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 332420 with a size standard of 500 employees. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for one (1), new 14 ton CO2 Storage Tanks and one (1), new 30 ton CO2 Storage Tank: Small Outdoor Pressure Vessel 14 Ton for CO2 The outdoor pressure vessel will be used to store CO2 for mission support. The outdoor pressure vessel must be constructed in accordance with local building and fire codes. The pressure vessel must also meet the following specifications: 1.Meet ASME specifications for outdoor storage pressure vessel 2.Must be able to store CO without undo maintenance 3.Meet local building and fire codes 4.Meet Uniform Building Code (UBC) 1997 code for seismic zone 4 5.Meet American Society of Mechanical Engineers (ASME) codes for unfired pressure vessels with maximum working pressure (MAWP) of 350 psig, Section VIII Division 1 6.Pipe must be constructed of schedule 80 stainless steel pipe with 2 NPS 7.Use forged stainless steel fittings rated for 2,000lbs 8.Use stainless steel isolation ball valves 9.Have a minimum of 4 polyurethane insulation under an aluminum outer jacket minimum thickness 0.63 10.Must have enclosed valves, electrical boxes and refrigeration for security 11.Replacement components must have a maximum delivery time of 6 weeks preferably 4 weeks 12.Have a 6 differential pressure gauge 13.Have a 6 differential pressure liquid level liquid indicator that reads in pounds and kilograms 14.Have a dual ASME spring operated safety relief valve set at 350 PSIG with 3 way selector valve 15.Power requirements : 208V 3 phase 16.Must have a minimum refrigeration capacity of 9,560 BTUH at -15 F 17.Maximum foot print 19 ft x 8 ft 18.Approximate Capacity of 14 tons 19.Maximum height of 9 ft 20.Approximate empty weight of 15,500 lbs 21.Must be skid Mounted 22.Refrigeration controls must contain a low and high pressure alarm 23.All enclosure must meet NEMA 3R enclosure specifications 24.Have a dual bleed valve set for 330 PSIG with 1/2 3 way valve Appropriate model series CO2 storage unit. Large Outdoor Pressure 30 Ton Vessel for CO2 The outdoor pressure vessel will be used to store CO2 for testing purposes. The outdoor pressure vessel must be constructed in accordance with local building and fire codes. The pressure vessel must also meet the following specifications: 25.Meet ASME specifications for outdoor storage pressure vessel 26.Must be able to store CO without undo maintenance 27.Meet local building and fire codes 28.Meet Uniform Building Code (UBC) 1997 code for seismic zone 4 29.Meet American Society of Mechanical Engineers (ASME) codes for unfired pressure vessels with maximum working pressure (MAWP) of 350 psig, Section VIII Division 1 30.Pipe must constructed of schedule 80 stainless steel pipe with 2 NPS 31.Use forged stainless steel fittings rated for 2,000lbs 32.Use stainless steel isolation ball valves 33.Have a minimum of 4 polyurethane insulation under an aluminum outer jacket minimum thickness 0.63 34.Must have enclosed valves, electrical boxes and refrigeration for security 35.Replacement components must have a maximum delivery time of 6 weeks preferably 4 weeks 36.Have a 6 differential pressure gauge 37.Have a 6 differential pressure liquid level indicator that reads in pounds and kilograms 38.Have a dual ASME spring operated safety relief valve set at 350 PSIG with 3 way selector valve 39.Power requirements : 208V 3 phase 40.Must have a minimum refrigeration capacity of 19800 BTUH at -15 F 41.Skid Mounted 42.Refrigeration controls must contain a low and high pressure alarm 43.All enclosure must meet NEMA 3R enclosure specifications 44.Power requirements : 208V 3 phase 45.Maximum foot print 36 ft x 8 ft 46.Approximate capacity of 26 tons 47.Maximum height of 9.5 ft 48.Approximate empty weight of 30,000 lbs 49.Skid Mounted 50.Have a dual bleed valve set for 330 PSIG with 1/2 3 way valve Appropriate model series CO2 storage unit. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. All prospective offerors must be in possession of, or obtain a Data Universal Numbering System (DUNS) number, a Commercial and Government Entity (CAGE) Code, be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov/Default.aspx, and the Online Representations and Certifications Application database at https://orca.bpn.gov. Call 1-888-227-2423 for more information or visit the CCR website listed above. In order to manually complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the ORCA Website. Government Visa Payment Card is the preferred method of payment. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked W9124R-09-T-1114, Analyzers and emailed to the POC listed below or via facsimile (928) 328-6849 no later than COB September 25, 2009. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.202-1 Definitions (July 2004), FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items (Mar 2009), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Sep 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-23Notice of Price Evaluation Adjustment for Small Disadvantaged Business (Oct 2008), FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2009), 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004), FAR 52.222-54 Employment Eligibility Verification (Jan 2009), FAR 52.225-5 Trade Agreements (Aug 2009), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), FAR 52.232-36 Payment by Third Party (May 1999), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009). Specific clauses cited are: FAR 52,203-3 Gratuities (Apr 1984), DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), DFAR 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008), DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 3 days instead of 45 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1121/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01964722-W 20090924/090923000225-de4330e467980c557527c40bbb5faad2 (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.