Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

66 -- Fermentation Train System for the West Desert Test Center, Dugway Proving Ground, Utah.

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-05-T-0017
 
Response Due
3/17/2005
 
Archive Date
5/16/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation for the following commercial items (A) FERMENTORS. As a minimum, the fermentation system shall include the following fermentors (designated by total volume) with the specifications provided in (b) through (e) below: (1) 1 Each (EA) - 30 Liter (L) unit (BioFlo or equivalent); (2) 1 EA - 150L unit (BioFlo or equivalent); (3) 1 EA - 300L unit (BioFlo or equivalent); and (4) 1 EA - 3000L unit (BioFlo or equivalent). NOTE 1: The fermentation system shall be i nstalled and operational by no later than 29 SEP 2005. If a vendor is unable to meet the delivery date, the offeror shall state the earliest possible date for installation and operation of the system. NOTE 2: The vendor will conduct factory acceptance t ests, with a Government representive present, prior to shipment (refer to FAR 52.209-3 Alt. I). Within two years after contract award, the Government may require additional fermentors for incorporation into the Fermentation System. A delivery order(s) si gned by the Contracting Officer may be issued during that time for the purchase of any the ferementors listed as follows: (1) 2 EA  50L unit (BioFlo or equivalent); (2) 2 EA  500L unit (BioFlo or equivalent); (3) 1 EA  1500L unit (BioFlo or equivalent) ; (4) 1 EA  50L Bioreactor. (B) Supply unit. (1) Open frame with: (i) Platform for dosing vessels; (ii) Temperature system with circulation pump for fermentation temperatures up to 50 degrees Celsius and dual heat exchanger for heating/cooling compatible with glycol chiller unit; (iii) Sterilization temperature up to 130 degrees Celsius; (iv) Actuated steam valve; (v) Actuated cooling valve; (vi) Automatic valves for in-situ sterilization of culture vessel, air inlet- and exhaust filter; (vii) Aeration sy stem to operate up to 1.5 VVM; (viii) Stainless steel housing for air inlet- and exhaust filter; (ix) Power supply: 480 V / -60 Hz; (x) Peristaltic pumps for dosing of addition, acid , alkali and antifoam; (xi) Pressure Gauge on header lines; (xii) Prefilt er for compressed air; and (xiii) Pressure regulator for air on header line, steam, and chilled H20. (C) CULTURE VESSEL. (1) Stainless steel culture vessel with round dished bottom, free standing on legs. (2) Round sight glass on top and side dish. (3) Su rface: (i) internal: grinded Ra less than or equal to 0.8 ?m, pickled; and (ii) external: Mechanical polish to 180 grit. (4) Ports: (i) Top plate: (A) connection for exhaust condenser; (B) connection for safety valve; and (C) port for viewing glass, and il lumination. (ii) Upper vessel wall: (A) air inlet port; (B) air inlet-overlay port; and (C) 4 sterlizable 25mm addition ports. (iii) Lower vessel wall: (A) 4 x 25 mm standard port, 15 degree angled; and (B) 25 mm standard port for sampling valve. (iv) Ferm enter bottom: (A) stirrer flange; and (B) port for drain valve (SIP). (5) Equipment: (i) stirrer drive: AC motor; (ii) stirrer shaft with double mechanical seal; (iii) 3 EA - disk impeller (Rushton type), height adjustable; (iv) 4 EA - baffles, removable; (v) ring sparger; (vi) safety valve, sterile design; (vii) operating pressure gauge -1/+3 bar; (viii) temperature sensor (Pt 100); (ix) pH-gel-electrode; (x) pO2-electrode (polarographic); (xi) foam/Hi-foam probe; and (xii) level probe. (d) Additional equi pment. (1) Exhaust condensor; (2) Supplement Gas supply (O2 or N2); (3) Mass flow controller; (4) Auto Vessel Pressure Control; (5) Acid/Base/Anti-foam addition vessels (Autoclavable); and (6) CIP (for units greater than or equal to 150L). (E) PLC CONTROL CABINET. (1) Control cabinet 480V AC; (2) Control cabinet with PLC controller; (3) SCADA System connection; (4) Amplifiers for: (i) Temperature, ph, pO2, Foam, level; and (ii) Speed range 30  500 rpm; (5) Solenoid valves for pneumatic activation; (6) Fou r fixed speed peristaltic pumps; (7) Indication of all process values; (8)Totalizers for: (i) Acid pump; (ii) Base pump; and (iii) Antifoam pump. (9) Digital co ntrollers for: (i) Temperature (PID controller); (ii) Stirrer speed (Set point controller); (iii) pH (PID controller); (iv) pO2 (2 stage PID cascade controller); (v) Antifoam (Timer); and (vi) Level. (10) Sequences for: (i) Culture vessel full-sterilizatio n; (ii) Culture Vessel Empty  sterilization; (iii) Independent inlet Filter sterilization; (iv) C.I.P; (v) Fermentation; (vi) Harvest/Transfer; and (vii) Power supply: 480 VAC - 60 Hz. (F) OPTIONS (listed separately with pricing): Within two years after contract award, the Government may require additional supplies / services for the Fermentation System. A delivery order(s) signed by the Contracting Officer may be issued during that time for the purchase of any the supplies / services listed as follows: (1) Site installation, start-up and training (12 man-days plus per diem). (2) Recommended spare parts list with pricing per each fermentation unit. (3) Load cells per each fermentation unit. (4) SCADA package to include software for three separate syste m locations, and any applicable hardware for a total of 10 units. Prices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This is a combined synopsis/solicitation for commercial items pre pared 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-05-T-0017. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North Ame rican Industrial Classification Standard 339111 applies to this procurement. The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212 -2 Evaluation  Commerical Items applies to this solicitation. The following factors shall be used to evaluate offers: (i) Technical Capability  Offerors shall describe their technical approach to satisfying the requirements of the solicitation, includi ng discussions that clearly demonstrates their understanding of the Governments requirement (refer to the Fermentation System Requirements on page 24 of the solicitation). Offeror shall submit piping and instrumentation diagrams (P&IDs) with their propos als (ii) Past Performance  The offeror shall submit a minimum of three (3) references that demonstrate the quality, relevancy, and recency of the offerors past performance as it relates to the probability of successful accomplishment of the required eff ort. Note: Offerers are reminded that both independent data and data provided by the offerers in their proposals may be used to evaluate offerer past performance. Since the Government may not necessarily interview all of the sources provided by the offe rer, it is incumbent upon the offerer to explain the relevance of the data provided. The Government does not assume the duty to search for data to cure problems it finds in proposals. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Comm ercial 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 applicab le to this solicitation: FAR 52.203-6; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.225-13; FAR 52.232-33; and FAR 52.247-64. DFARS 252.212-7000 Offeror Representations and C ertifications  Commercial Items 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 Acquisitions of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3; DFARS 252.205-7000; DFARS 252.225-7012; DFARS 252.225-702 1; DFARS 252.227-7015; DFARS 252.227-7037; DFARS 252.232-7003; DFARS 252.243-7002; and DFARS 252.247-7023 ALT I. 252.225-7020 Trade Agreements Certificate, FAR 52.209-3 First Article Approval - Contractor Testing ALT I; FAR 52.216-18 Ordering; FAR 52.216- 19 Order Limitations; FAR 52.216-22 Indefinite Quantity; and AFARS 5152.250-1-9000 Additional Information on Idemnification Requests Under Contracts for a Qualified Anti-Terrorism Technology, apply to this solicitation. Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission o f Invoices; Contractor Access to DPG; OSHA Standards; and Identification of Contractor Employees. All quotes must be emailed to Mr. Eric S. Vokt at vokte@dpg.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns y ou may email Mr. Eric Vokt at vokte@dpg.army.mil. Quotes are due no later than 5:00 PM MST (Mountain Standard Time), Thursday, March 17, 2005.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00761129-W 20050304/050302212214 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.