Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

44 -- Desiccant Air Dryers - Clauses 1 - SPECS - Clauses 2

Notice Date
10/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
 
ZIP Code
50010
 
Solicitation Number
S966-00059
 
Archive Date
11/21/2014
 
Point of Contact
Lara J. Hicok, Phone: 5153377159
 
E-Mail Address
lara.j.hicok@aphis.usda.gov
(lara.j.hicok@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Clauses 2 Desiccant Dryer SPECS Clauses 1 This is a combined synopsis/solicitation for commercial items 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. Solicitation S966-00059 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The 2012 NAICS code applicable to this acquisition is 333912. To be considered a small business under this NAICS, offerors must not exceed the 500 employee size standard. The USDA, ARS, National Animal Disease Center has a requirement for a contractor to provide TWO self-contained desiccant dryer units (each unit shall contain two towers/tanks). The details and minimum must-have specifications for these items are attached to this posting. Any resulting award from this solicitation will be a fixed price contract. Responsible offerors must be able to provide the items within 60 days of date of award. Minimum specifications for EACH unit are listed below. • Unit must maintain dew point to -40 degrees F or lower. • Voltage requirement: 115/1/60. • Unit must have the following monitoring control capabilities: mounted PLC controller, alarm notification, high humidity alarm, pressure gauges, field adjustable drying cycle time, purge flow indicator, adjustable purge valves, fully automatic self-contained dryer, ability to interface with building automation systems. • Unit must have following built-in safety features: Relief valves for each tower/tank, UL listed, auto-recovery for power failure. • Dimensions: Unit must not exceed the following dimensions: 60" x 53" x108" tall. • Unit must have a flow of a minimum of 600 CFM. • Construction requirements: Unit must accommodate 2" inlet and outlet piping, must have separate drain and fill ports, must have stainless steel inlet/outlet diffusers, must have steel frame and floor stand and must be rated for 150 psig and include pilot air filter. • Inlet condition requirements: 120 degree F inlet air temperature and oil saturated air delivered from a rotary screw oil soaked machine. • Filter requirements: External pre and post filters for each unit. • Energy saver option at loads below maximum capacity. • Quoted units must be serviceable by companies within verifiable local area (Iowa). Brand name or verifiable equal to Sullair DHL-600 60hz Desiccant Heatless Dryer with Demand Cycle Control Energy Saver option. Award to be made based on technical acceptability, best value and ability to deliver ARO and servicing company availability. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed product with enough detail to ascertain and verify that the product meets the minimum must-have specifications listed on the attached document. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award offerors shall provide 1) a Quote on company or formal letterhead detailing the item description, unit price per item and the total price, 2) company DUNS number for verification of current ACTIVE status in the System for Award Management purposes 3) any documentation necessary for verification that product satisfies the minimum must-have specifications attached. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, IA 50010. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Lara J. Hicok, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 9:00am November 6, 2014. Quotes and other requested documents may be provided by email: lara.j.hicok@aphis.usda.gov or facsimile to (515) 337-7247 if desired. Additional information may be obtained by contacting the Purchasing Agent at lara.j.hicok@aphis.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91b7054cc486f42986aee6163b4bacea)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN03562260-W 20141101/141031000349-91b7054cc486f42986aee6163b4bacea (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.