Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
SOLICITATION NOTICE

66 -- CONTINUOUS HYDROGENATION REACTOR

Notice Date
1/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
108-0004-11
 
Archive Date
2/25/2011
 
Point of Contact
Regina L. Dennis, Phone: 215-233-6553
 
E-Mail Address
regina.dennis@ars.usda.gov
(regina.dennis@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
United States Department of Agriculture, Agricultural Research Service (ARS), Eastern Regional Research Center, Sustainable Biofuels and Coproducts (SBCP) Reseach Unit in Wyndmoor, PA is seeking to purchase a Continuous Hydrogenation Reactor for the post-process upgrading of pyrolysis oil. USDA requires a Continuous Hydrogenation Reactor to be furnished and delivered (F.O.B. Destination within Consignee=s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-47), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. This procurement is set-a-side for small business. The NAICS is 334513. The Solicitation number is 108-0004 and is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination a Continuous Hydrogenation Reactor Specifications Hydrogenation Reactor A. General The Sustainable Bio-fuels and Co-products (SBCP), Eastern Regional Research Center, requires a high temperature and pressure hydrogenation reactor for the post-process upgrading of pyrolysis oil. The unit will allow for laboratory scale treatment of pyrolysis oils and the facile tunability of reactions conditions and process controls. B. Technical 1. This package reactor shall be provided as one complete unit with a rated capacity of 400°C /4000psi reaction conditions. It shall be fully assembled and tested with all piping, wiring, and components in place when it is delivered requiring only landing and connection to hotel services by government personnel. 2. The package reactor shall have a rating capacity and be capable of a hydrogen flow range of 0.021 to 5.024 slm and a hydrocarbon flow range of 0.106 to 2.51 cc/min. 3. Rating capacity shall be based on elevation of room temperature/pressure pyrolysis oil to desired reaction conditions by way of counter current pre-heater. 4. One reactor tube system with three interchangeable, three heating zone tubular reactors allowing for catalyst volumes of approximately 150, 60, and 20cc, shall be provided. Approximate catalyst volume calculations shall be based on nominal ID and lengths of 1.57 x 4.72in, 1.18 x 3.54in, and 0.79 x 2.36in, respectively, for the 150, 60, and 20cc catalyst portion of the tubular reactors. Reaction vessels must have facile breakdown/assembly for repeated interchanges and use. 5. Reactor shall be equipped with an oil feed pump capable of prolonged use and intimate contact with pyrolysis oil (ASTM - D7544-09). 6. Reactor shall have gas line(s) capable of introduction of hydrogen and/or nitrogen to tubular reactor for reaction and purging purposes. 7. Pyrolysis oil shall be brought to suitable reaction temperature upon entering reaction tube by way of counter current pre-heater. Upon entering tubular reactor, a dispersion medium shall be provided with package reactor as well as initial supply of catalyst support. 8. Reactor shall be fitted with appropriate heat exchange and product collection apparatus. 9. Process control will include: hydrogen flow control (MFC), liquid feed flow control (pump controller), reaction temperature controllers, on/off control for air operated valve, and manual back-pressure controllers. 10. PC-based process control and data acquisition shall be provided and will include: operating software, process recipe generation and storage, and user selectable process data storage. C. Safety The unit shall be designed to prevent operation in an unsafe condition. It shall meet all OSHA, NEMA, and other relevant codes. D. Service Requirements All components that require occasional service shall be readily accessible. Special tools required for normal servicing shall be provided with the unit. Service and operating instructions and all operating diagrams and schematics shall be provided in triplicate. E. Packing and Shipping The unit shall be packed for shipment in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce regulations, Uniform Freight Classification rules, or regulations of other carriers as applicable to the mode of transportation. After installment and connection to all services by USDA, the successful bidder shall demonstrate start-up and operation within two weeks after notification by the USDA that the unit is ready. The articles to be furnished hereunder shall be delivered, all transportation charges paid by the vendor, and in accordance with the FOB destination clause (FAR 52.247-35) to: USDA, ARS, ERRC Attn: Shipping & Receiving 600 East Mermaid Lane Wyndmoor, PA 19038 F. Service and Warranty Following delivery and installation, the vendor shall provide technical support and warrant the parts and labor for one full year. The vendor shall provide operation, repair, and installation manuals for the unit. The manuals shall be provided in duplicate. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: HYPERLINK Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm-PART 1194 ), then go to 508 Law. The following standards have been determined to be applicable to this contract: X 1194.21 Software applications and operating systems. _____ 1194.22 Web-based Intranet and Internet information and applications. _____ 1194.23 Telecommunications products. _____ 1194.24 Video and multimedia products. X 1194.25 Self contained, closed products. X 1194.26 Desktop and portable computers. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that they can make it accessible if so required by the agency in the future. Compliance Details Clause The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor's website or other readily available location (specify). ___ This Clause is not applicable to this requirement. Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipment=s component=s and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. This is not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. WARRANTY: The Contractor shall provide the warranty for this equipment with their offer. ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (June 2008), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature on the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offer is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (Jan 2011), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery of all items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. 3. Item (o) Warranty is amended to include the following: The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Governments rights under the Inspection clause nor does it limit the Governments rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee=s Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2010); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (Oct 2003), 52.233-4 Applicable Law for Breach of Contract (Oct 2004), applies to this acquisition. Responses are due by 4:00 p.m. local time, on February 10 2011, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/108-0004-11/listing.html)
 
Place of Performance
Address: USDA, ARS, ERRC, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
Zip Code: 19038
 
Record
SN02364208-W 20110123/110121233904-77fea4c156ec45ae3d0c671f7d82c2c8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.