SOLICITATION NOTICE
43 -- New Compressed Air Units for Mark Twain Lake Project
- Notice Date
- 4/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P907T7083
- Response Due
- 5/25/2007
- Archive Date
- 7/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 1) This is a combined Synopsis/Solicitation for commercial items 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. 2) Solicitation W912P907T7083 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 2005-16 a nd Class Deviation 2005-o0001. 4) The solicitation is set aside 100% for Small Business. The NAICS Code is 423830; Size Standard: 100 employees. 5) DESCRIPTION: Work shall consist of furnishing all labor, materials, equipment and appurtenances necessary to remove two (2) existing compressors, and to furnish and install a new self-contained compressor package consisting of two (2) compressors and associated accessories including particulate pre-filter, refrigerated dryer package, new discharge air piping, fi ttings and connections required to install/connect the two (2) new compressors to the existing distribution system. 6) SPECIFICATIONS: 2. REQUIREMENTS 2.1 New Compressed-Air Unit. The new compressed-air unit shall consist of the following. 2.1.1 Two (2) each tank-mounted single-acting, two-stage, air-cooled, reciprocating-type, pressure-lubricated compressors. Cylinders shall be gray cast iron with deep cooling fins. Cylinders shall be bolted to the crankcase for ease of maintenance an d rebuild. Valve assemblies shall be capable of being removed individually without removing the gray cast iron head and inlet or discharge piping. The compressors shall have hardened and lapped disc-type valves for continuous service. There shall be tw o (2) pieces to the connecting rods with cast-in tubes for positive oil distribution to the piston pins. There shall be replacement inserts and wrist pin roller bearings. Low-pressure pistons shall be aluminum and the high-pressure pistons shall be gray cast iron. Low-pressure and high-pressure pistons shall each have three (3) automotive-type compression rings and one (1) automotive type oil ring. Crankshaft connecting rod insert bearings shall be steel-backed Babbitt-lined automotive type. Crankshaft s shall have integral counterweights and be rifle-drilled for pressure lubrication to insure positive oil distribution. Adjustable anti-friction taper roller bearings shall be mounted on the end of the crankshaft to take both radial and thrust loads. Com pressor flywheels shall be dynamically balanced and of the fan type. Finned intercoolers shall be an integral part of all two-stage units and located in the direct blast of air from the fan-type flywheel. Compressors shall be equipped with a crankshaft-d riven oil pump located in the bearing carrier for easy removal and inspection. There shall also be an oil filter located on the bearing carrier, as well as, a pre-filter screen in the crankcase to keep the oil clean. Low oil protection shall be a standar d feature of the compressors, as well as, automatic no load starting which will allow oil pressure to build before the air compressors load. The compressors shall be driven by EPACT rated high-efficiency electric 10-Hp ODP, 460/480V 3-phase, 60 Hz electr ic motor, at approximately 1,750 rpm, suitable for continuous operation. The motors shall be a NEMA T frame, squirrel cage, induction-type with an open-drip proof enclosure. The service factor on the motors shall be 1.15 and 1.25 on standard fractional motors. The compressor flywheels, motor flywheels and v-belts shall be totally enclosed within a metal belt guard to provide protection on all sides in accordance with OSHA specifications. The following items shall be mounted on each compressor: high a ir temperature switch, low oil pressure switch, crankcase heater, air cooled after cooler (mounted and piped), and electric automatic tank drain (mounted and piped). Compressor performance shall be 14 acfm @ 350 psig, operating as a booster 51 scfm @ 350 psig. The compressors shall be able to operate independently. Compressors shall alternate starts. The compressors and motors shall be mounted on an 80 gallon , ASME coded and National Board approved air receiver with 550 psi design pressure. The receiver shall include a safety valve, manual tank drain and pressure gage and a manual shut-off valve at the receiver outlet. Compressors shall be furnished with a s tarter control panel consisting of a NEMA 1 duplex alternator panel with single power source and fused disconnects, hour meters, lead/select, auto switch, test/off/run/switches, high air temperature, low oil pressure, motor overload shutdown. There shall be four (4) pressure switches, two (2) for each unit lead/lag. The lead/lag pressure switch shall be on at 340 psig and off at 350 psig, and the lag switch shall be on at 335 psig and off at 350 psig. The motor starter in the control panel shall be an IE C across-the-line magnetic contactor equipped with properly sized thermal overload protectors. Control panel shall have a control transformer large enough for the crankcase heaters. 2.1.2 One (1) each high-pressure refrigerated air dryer. The refrigerated air dryer shall be rated at 100 scfm at 350 psig full-load discharge pressure, 38 degree F dew point 115/1/160, air cooled and shall consist of a microprocessor, digital dew point readout, diagnostic display, electronic drain, high efficiency heat exchanged, integral cold point separator, dry contact for dew point alarm and dry contact for system alarm. 2.1.3 Particulate Filter. Filter shall be mounted before dryer and shall be rated at 100 scfm @ 350 psig. 2.1.4 Discharge Air Piping. All new discharge air piping shall be fabricated of Schedule 80 steel pipe. 2.2 Removal of Existing Compressors. The Contractor shall remove two (2) compressors and existing air piping to shutoff valves to tanks. Each compressor is approximately 76 L x 32W x 70H. The compressors and air piping shall become the pro perty of the Contractor and shall be removed and disposed of by the Contractor off Government property. A Government furnished crane with operator will be available to assist the Contractor in removal of the existing compressors. The Contractor shall no tify the Government 24 hours in advance to arrange for the crane with operator. 2.3. Installation of New Compressors. The new compressors shall be installed in one (1) at a time so one (1) existing compressor is still in service. Upon installation of the first compressors, the compressor shall be tested for operation and accep ted by the Government prior to being placed into service and before work is initiated on the second compressor. Upon completion of the work, the Contractor shall furnish two (2) complete sets of operation and maintenance manuals, and drawings on the new unit. 2.4 SPARE PARTS. Upon completion of the work, the Contractor shall furnish the following spare parts. 1 each complete gasket kit; 20 each indicator lamps; 3 each discharge valves; 3 each suction valves; 2 each air filters; 4 each One (1) gallon bottles of 30 weight oil; 2 each belts; 1 each 6-pack oil filters; 1 each oil gage; 2 each piston unloaders 3. ON-SITE INITIATION OF WORK. Prior to the commencement of on-site work, an outage must be scheduled/coordinated with Southwest Power Administration (SWPA). Once on-site work commences all work must be completed within 30 workdays. No work shall be pe rformed on Saturday, Sunday or holidays. Work shall only be performed when Power Plant personnel are on-site. NOTE: Duration: 90 calendar dayson-site work must be completed within 30 workdays. SPECIFICATION NOTES: l. BIDDERS ARE REQUIRED TO PROVIDE A DESCRIPTION OF THE CHARACTERISTICS OF THE COMPRESSOR SHOWING THE LAYOUT/DESIGN OF COMPLETE INSTALLTION INCLUDI NG PIPING, FITTINGS AND CONNECTIONS. 2. AN ORGANIZED SITE VISIT WILL BE HELD AT 10:00 A.M. ON TUESDAY, MAY 8, 2007, AT THE FOLLOWING LOCATION: MARK TWAIN LAKE PROJECT OFFICE 20642 HIGHWAY J MONROE CITY, MO 63456 FAILING TO VISIT THE SITE, THE BIDDER ASSUMES ANY RISK OF INCREASED PERFORMANCE COST DUE TO OBSERVABLE SITE CONDITIONS. 3. Technical questions are to be directed to Kevin Long at (573) 735-4843 4. Award will be made as a whole to the responsive/responsible bidder complying with the requirements of these specifications and deemed to be in the best interest of the Government. Basis for award will be by price, layout/design of complete installatio n including piping, fittings and connections, and delivery schedule. PLEASE INDICATE DELIVERY SCHEDULE: ________________________ 7) DELIVERY: FOB MONROE CITY, MO 63456, requested delivery SEE NOTES. 8) FAR 52.212-1-Instruction to Offerors, applies to this solicitation. 9) This solicitation incorporates 52.212-2, Evaluation of Commercial Items. Award will be base upon lowest price/t echnically acceptable offer. The government reserves the right to make award on the initial quote received without discussion. 10) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Com mercial Items with the offer. The Representations and Certification can be completed at http://orca.bpn.gov. 11) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 12) FAR 52.212-5, Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders Commercial Items applies to this acquisition; only the following FAR clauses in paragraph (b) of 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside, 52.222-3,Convict Labor, 52.222-21, Proh ibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Emp loyment 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, and 52.232-33, Payment by Electronic Funds Transfer Central Co ntractor Registration. 13) FAR 52.233-3 Protest after Award applies to this acquisition. FAR 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. The following provisions and clauses also apply DFAR 252.212-7001, Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, is applicable, but only the following clauses in paragraphs (a) apply: 52.203-3 Gratuities and clauses: 252.232-7010 Levies on Contra ct Payments and 252.243-7002 Requests for Equitable Adjustment apply; 14) N/A 15) N/A 16) Quotes must be signed, dated and submitted on company letterhead. Quotes are due NO LATER THAN 25 MAY 2007 (11:00 AM CST). 17) Send quotations to the US Army Corps of Engineers St Louis District, Attn: Thaddeus Willoughby, 1222 Spruce St, Room 4.207, St. Louis, MO 63103-2833. Quotations may be submitted via fax at (314) 331-8746 or email at Thaddeus.t.willoughby@mvs02.usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Country: US
- Zip Code: 63103-2833
- Record
- SN01281149-W 20070427/070425221328 (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 |