Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

42 -- Halon Recycling Machine

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
423930 — Recyclable Material Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
w56hzv16r0204
 
Point of Contact
Andrew J. Zielinsky,
 
E-Mail Address
andrew.j.zielinsky.civ@mail.mil
(andrew.j.zielinsky.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Army Contracting Command - Warren is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for 1 (one) Halon recycling machine suitable for processing Halon 1301, Halon 1211, FM-200 or FE-25 (HFC-125). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 423930. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Red River Army Depot has a requirement for one (1) each of the following items: Description: Halon Recycling Machine suitable for processing Halon 1301, Halon 1211, FM-200 or FE-25 (HFC-125) Stock Number: Neutronics Model H1301 or equal. Specifications: • Machine shall be capable of extracting Halon 1301, Halon 1211, FM-200 or FE-25 (HFC-125) from High pressure vessels. • Machine shall purify/recycle the Halon to ASTM- D5632 (1301) or MIL-DTL-38741A (1211) specifications. • The machine shall include all hardware, hoses, fittings, etc. to allow the end user to connect a vessel of unpurified Halon to the machine and the system automatically regulate the input pressure for high pressure liquid, high pressure gas and low pressure gas. • Machine shall be totally automated once the vessel has been connected. • Machine shall pump the purified Halon into storage containers. • Machine shall have a Halon recovery efficiency in excess of 98%. • Machine shall have a Nitrogen removal efficiency in excess of 99%. • Nitrogen removal shall be cold vented at -60 degrees or below. • Average recovery rate shall be 2 to 4 lbs. per minute. • Internal capacity shall be 120 lbs. minimum. • Maximum input pressure shall be 1,000 PSIG. • Machine shall have a sight glass for moisture indicating. • Machine shall automatically vent nitrogen. • Machine shall automatically stop when the receiving container is full. • Machine shall be 208V, Single Phase, 60Hz • The machine shall be delivered complete and ready for operation. • Once delivered, a factory-direct sale representative or a factory-direct service representative shall install the machine on-site. • During or after machine installation, a factory-direct representative shall conduct an on-site training class covering proper operation and maintenance of the machine. Shipping: FOB Destination Consumables: Vendor shall supply two (2) sets of additional Filter Elements, O-ring's and any other consumable parts that are necessary to perform regularly scheduled maintenance two times at the indicated intervals for the equipment. Machine Warranty & Support: Vendor shall furnish maintenance and operations manuals that contain a list of preventive maintenance tasks required to keep the equipment operating at peak efficiency. The tasks shall be listed by frequency. Each service point identified in the maintenance task list shall be clearly labeled to permit easy identification. Vendor shall furnish the preventive maintenance task list in an electronic format so the information can easily be transferred into a maintenance management data system. The machine and all included peripherals furnished under this specification shall be guaranteed for a period of time equal to the manufacturer's normal commercial warranty, or for a period of one (1) year, whichever is longer, against defective materials, design, and workmanship. Upon receipt of notice from the Government of failure of any part of the system during the warranty period, the defective part(s) shall be replaced promptly with new parts at the expense of the Vendor. The warranty is to begin upon final acceptance by the Government. Vendor shall provide RRAD with a direct contact that is capable of maintenance repair to the machine, solving mechanical break downs, and ordering replacement parts during normal service hours. Vendor shall utilize machine parts that are repairable or able to purchase replacement parts within the Continental United States. Vendor shall provide onsite operator training to a minimum of three operators within one week of delivery of equipment. Lockout/Tagout (LOTO) Requirements: Vendor shall furnish a graphical, machine-specific LOTO procedure that clearly and specifically describes the steps necessary to establish a zero-energy state for the equipment in accordance with the requirements of OSHA Regulation CFR 1910.147. This procedure shall be printed on a durable material suitable for posting on the equipment. All LOTO locations on the equipment shall be clearly identified with a durable label keyed to the LOTO procedure. Vendor shall furnish the procedure in an electronic format so the information can easily be transferred into a maintenance management data system. Total Preventive Maintenance (TPM) Requirements: Vendor shall furnish a Maintenance and Operations manual that contains a list of preventive maintenance tasks required to keep the equipment operating at peak efficiency. The tasks shall be listed by frequency. Each service point identified in the maintenance task list shall be clearly labeled to permit easy identification. Vendor shall furnish the preventive maintenance task list in an electronic format (Para 3.13) so the information can easily be transferred into a maintenance management data system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d67f77f40385209fbed4761bccf467cb)
 
Place of Performance
Address: Red River Army Depot - Texarkana, TX, Texarkana, Texas, 75507, United States
Zip Code: 75507
 
Record
SN04134494-W 20160603/160601234711-d67f77f40385209fbed4761bccf467cb (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.