SOLICITATION NOTICE
43 -- Lubrication System
- Notice Date
- 8/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-310, El Paso, TX, 79902
- ZIP Code
- 79902
- Solicitation Number
- RFQ-IBM04Q0031
- Response Due
- 9/8/2004
- Archive Date
- 9/23/2004
- Point of Contact
- Alicia Williams, Contract Specialist, Phone (915) 832-4715, Fax (915) 832-4192, - Irma Gurrola, Office Automation Clerk, Phone (915) 832-4716, Fax (915) 832-4192,
- E-Mail Address
-
aliciawilliams@ibwc.state.gov, irmagurrola@ibwc.state.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ IBM04Q0031 and is being issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This requirement is 100% set-aside for small business concerns (applicable Commerce Business Daily Numbered Note: 1). The applicable NAICS code for this procurement is 333995 with a small business standard of 500 employees or less. The United States Section of the International Boundary and Water Commission, United States and Mexico (USIBWC), has a requirement for a firm-fixed price commercial item contract for three automatic lubrication systems to be installed on three water turbine generators located at the Falcon Dam Generating Station: Falcon Heights, Texas. The lubrication system specified shall be a single line parallel lubrication system. Each turbine has a total of 20 wicket gates covering a total of 163 lubrication points. Each system shall include an air-operated grease pump station, controlled by a 115 VAC electrical controller. Each controller must have the capacity to operate and monitor two independent zones per turbine. Accessory components, air solenoid valves, individual, individual lubricant injectors, header and feed line piping and hose, and interconnecting hardware shall also be included. The controller must provide visual diagnostic feedback to verify completion of a lubrication event. Systems relying on series progressive or dual line operation will not be considered. The lubrication system shall be suitable for heavy bodied grease, NLG1 #1 or #2. Written verification from the system supplier that the grease has been function tested will be required. System Operation - All three lubrication systems shall be operational within 45 calendar days after Notice to Proceed. Each turbine lubrication system will consist of one pump serving two lubrication zones per turbine. Both zones shall be controlled and monitored by a single controller. Forty-four (44) lubrication points will be lubricated on a daily (24-hour) interval. One hundred nineteen (119) points will be lubricated on a monthly (30-day) interval. The lubrication system will be expected to run intermittently. The system controller will control and initiate both at daily and monthly lube events. The air-operated grease pump will supply grease under pressure to the network of injectors. The injectors shall displace a measured amount of lubricant to the respective lubrication point through a feed line. During a ?daily? lubrication event, a normally open valve located on the ?monthly? supply line leg will close, isolating the monthly circuit or zone. Conversely, during a ?monthly? lubrication event, a N/O valve will close isolating the daily circuit or zone. After a successful lubrication event on each zone has occurred, the controller will return the valves to the N/O state. Once system pressure has been achieved (between 2,500-600 psi), the pressure switch located in each zone will signal the controller, terminating the pump operation. The vent valve located at the pump will open allowing the line pressure to vent. A small amount of lubricant will return to the drum. This venting will allow the injectors to reload once the line pressure reaches 1,000 psi. If during a lube event the system controller does not receive a signal from the pressure transducer or pressure switch, an alarm contact on the controller will open signaling a lubrication fault. The minimum recharge pressure specification for the injectors will be 1,000 psi with no exceptions. The equipment and components described herein are typical for the specified system. Equipment proposals shall include, but not limited to the following materials: Air-Operated Grease Pump Stations ?1) Air-operated pump stations shall be provided and located as shown in the plans. The air operated grease pumps shall be of the reciprocating type, developing system pressure over time. The pump ratio shall be 75:1, with a capability of delivery up to 6,000-psi system operating pressure. The pumps shall fit into a standard 120l refinery container and shall include the necessary drum cover, follower plate and hardware for a freestanding assembly. A vent valve of the type recommended by the manufacturer shall be mounted at the pump station. Pump shall be equipped with a ?? N.P.T. air inlet and ?? material outlet. An air operated pump lift shall be provided for ease of drum change. 2) A pump station control panel shall be provided for each pump station to control the on/off time of the pump and provide diagnostic feedback on system functions. The control panel shall include, but not limited to, a dual zone system controller, a 3-way N/C air solenoid valve, ?? pressure transducer complete with shielded 24-gauge connecting wire, N/O hydraulic 2-way, 2-position valves acting as the zone valves. All controls shall be rated for 120VAC, 60 Hz. Two adjustable N/O pressure switches will be installed downstream of each hydraulic 2-way valve. Each pressure switch and pressure transducer will be wired back to the controller. All exposed wire to be protected in approved conduit. 3) The system controller shall be surface-mounted on a panel and mounted in a NEMA 12 enclosure. The controller shall be of solid-state, microprocessor design, complete with keypad for system programming, LCD status display, with English prompts. The controller must be capable of operating two lubrication zones. No exceptions. The controller will be energized continuously. It will lubricate the daily points only when the turbines are generating power. A pre lube event must take place upon start up of the turbines. An external input shall be provided by IBWC to signal the controller when the turbine goes on line. The monthly lubrication zone will take place regardless of the operating situation of the turbines. Panel mounted LED?s shall also be provided indicate power (green), pump activated (amber), alarm (red). The alarm indicator shall be general and the nature of the alarm condition shall be displayed on the LCD screen, should a fault occur. An alarm contact shall be provided to actuate a remote alarm. The controller shall include the capability to initiate a manual lubrication cycle from the panel and provide for pre-lube cycle when the system power is energized to the ?daily? zone. The controller shall be CSA/NRTL approved. Power specifications 115 VAC, 60 hz. 4) The air-operated grease pumps stations shall be capable of pumping a NLGI #1 or #2 grade grease to the network of injectors. As part of the pump station, an airline filter, regulator, lubricator and gauge is to be installed prior to the inlet of the pump. A shut off valve shall be installed in the airline and a high-pressure manual ball valve shall be installed in the lubricant line. A 0-6,000 psi pressure gauge is to be installed downstream of the pump outlet and mounted in an area for ease of viewing. Lubricant Injectors ? 1) A dedicated positive displacement injector with visual indication will dispense lubricant to the bearings. The injectors shall be hydraulically actuated and shall be mounted in manifolds strategically located in close proximity to each turbine lubrication point. The injectors shall be individually adjustable from .010 --.080 cubic inches per stroke. Each injector will work independently of each other. Each injector shall include a visual indicator pin for visual verification of operation. Each injector will have a polycarbonate clear sight glass installed over the pin for protection. A lubrication fitting shall be located on each injector to act as a means to manually lubricate each lubrication point. Each injector shall be easily replaced in the event of failure. 2) The injectors shall be of plated carbon steel and shall be capable of handling system pressure of 6,000 psi maximum and operate at a mean pressure of 3,000 psi. Injector mounting manifolds shall be of like material and compatible with these operating pressures. 3) The injectors should be capable of delivering a NLGI #1 or #2 grade grease to the bearings. During the vent cycle, all injectors must recharge when line pressure reaches 1,000 psi. 4) The injectors must be warranted for a two-year period against material workmanship and defects. System Piping and Hose ? Primary header piping shall be a minimum of 3/8? OD, rigid 316 stainless steel tubing. It?s acceptable for the feed line to be ?? OD,316 stainless steel tubing and or hose 100R1. Installation ? 1) Installation of the lubrication system shall be performed in accordance with the specifications and all applicable codes and regulations. The installer shall arrange fo the services of a qualified representative of the lubrication system manufacturer to provide site supervision as necessary to comply with these specifications and the manufacturers installing parameters. 2) All lubricant lines must be filled and primed with the specified lubricant and pressurized as part of the pre-start up test. IBWC will be responsible for providing the approved lubricant. 3) Start up and performance tests shall be performed as specified by the engineer. The manufacturer?s representative must be present during these tests. 4) Installation shall be one turbine at a time, leaving two units operational at all times. Warranty - The lubrication system shall be left in good operating order and warranted against defects in materials and workmanship for a period of one year from the date of acceptance or first beneficial use. The exception is with the injectors, which require a two-year warranty against defects in material and workmanship. Any deviations from the specification will require prior approval from the Power Plant Superintendent, Mr. Aurelio Garza, (956)848-5265. Provide cut sheets to Mr. Garza and contact for any site visit. The place of delivery and acceptance is the USIBWC Falcon Dam Field office, FM 2098, Reservoir Road, Falcon Heights, TX 78545. FOB destination forty-five calendar days after notice to proceed. FAR 52.212-1, Instructions to Offerors ?Commercial Items is incorporated by reference and applies to this acquisition and is incorporated by reference. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition and is incorporated by reference. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The additional FAR clauses cited in 52.212-5 that are applicable to the acquisition and incorporated by reference are as follows; FAR.203-6 Alt 1, Restrictions of Subcontractor Sales to the Government; FAR 52.219-6,Notice of Total Small Business Set-aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Employment Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act- Supplies; 52-225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Offerors may submit facsimile quotations as responses to this solicitation. Facsimile quotations are subject to the same rules as paper quotations. The telephone number for receiving facsimiles is: (915)832-4192. If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document: (1) the Contracting Officer shall immediately notify the offeror and permit the offeror to submit the proposal; (2) the method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) the resubmission shall be considered as if it were received at the date and time of the original readable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The Government reserves the right to make award solely on the facsimile quotation. However, if requested to do so by the Contracting Officer, the apparently successful offeror shall promptly submit the complete original signed quotation. Offers are solicited only from small business concerns. Quotations received from concerns that are not small business shall be determined unacceptable and shall not be considered for award. Quotations are due September 7, 2004 by 4:00 PM Mountain Daylight Time (MDT) to the International Boundary and Water Commission, 4171 N. Mesa, C-100, El Paso, Texas, 79902, Attn: Alicia Williams, (915)832-4715 or facsimile at (915)832-4192 or aliciawillams@ibwc.state.gov.
- Place of Performance
- Address: Falcon Dam, Falcon Heights, TX
- Record
- SN00659500-W 20040829/040828101839 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |