Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
MODIFICATION

66 -- Liquified Propane Gas Burner System Components

Notice Date
7/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-OH-12-00077
 
Response Due
7/17/2012
 
Archive Date
8/16/2012
 
Point of Contact
Scott Tharp
 
E-Mail Address
Tharp.Scott@epa.gov
(Tharp.Scott@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
***** AMENDMENT 1 ***** The due date for receipt of quotations has been extended until Friday, July 20 at Noon. ***** END OF AMENDMENT 1 ***** The U.S. Environmental Protection Agency (EPA), Office of Research and Development (ORD) has a requirement for Liquified Propane Gas Burner System components, with the specifications listed below. This is a combined synopsis/solicitation for commercial items prepared 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; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-12-00077 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This is a Small Business Set-Aside. The NAICS code is 333513, the size standard for which is 500 Employees. The EPA has been collaborating on a project involving the poultry and swine industries, to develop a technology to dispose of animal carcasses resulting from disease or natural disaster by mobile maceration and thermal gasification. Early tests showed promise in a prototype equipment package designed and constructed to process 25 tons or more of swine or poultry carcasses in a day, with the system being expandable with multiple units to process up to 200 tons or more of carcasses daily. Initial field testing of the prototype indicated that many of the design requirements were successfully met and tested, but some design flaws in the prototype created limitations in achieving the desired feed rate. The initial design used oil-fired burners, although noble in its intent of minimizing logistics associated with fuel delivery by having the generator and burners use the same fuel, resulted in significant operational difficulties, including difficulty igniting, poor turndown rati os, and unreliable operation. It is desired to retrofit the unit with gas burners that burn Liquified Propane Gas (LPG) or natural gas, and associated piping, fuel delivery, flame safety, and process control hardware. This procurement is for four (4) burners and the associated flame safety systems and two (2) valve trains that will connect to two of the four burners. The two additional burners are considered spare burners. Item 1: Gas Burners The Four (4) individual gas burners shall have the following specifications: 1. Shall have a firing rate of 2.15 Million British Thermal Units (BTU)/hour for each burner. 2. The burners shall be down (vertical) fired burners. 3. The burner tube shall be constructed of silicon carbide and operate at up to 1900 ?F. 4. The burner shall have a spark ignition system. 5. The burner shall have an integrated blower to provide air to the burner. 6. The gas connection shall be NPT. 7. The burner shall integrate with the flame supervision system. 8. The burners shall have a variable turndown ratio of up to 100:1. 9. Shall be configured to burn liquified propane gas. The burner shall be capable of firing natural gas, liquified propane gas, or butane by changing the orifice. The orifice shall be field changeable. 10. Shall include 20 meters of high temperature ignition wire, rated to 250 ?C. Wire shall be UL listed. Wire shall have a thickness of 18 gauge. 11. The blower shall operate on electrical 208-230/460/3. 12. Shall be of low nitrogen oxide (NOx) design with emissions less than 100 ppm. 13. Shall include the ignition transformer that operates on 120 v/60Hz. 14. Shall include the ignitor. Item 2: Valve Train The Two (2) valve trains shall have the following specifications: 1. Each valve train shall be sized to match a burner as specified in section above, i.e. one 2.15 MM BTU/hr burner. 2. Shall be capable of operating in an outdoor environment. 3. Shall be capable of operating with natural gas, liquified propane gas, or butane. 4. Maximum operating pressure shall be 4.7 psi. 5. Shall operate on 120 volts at 60 Hz. 6. Shall include regulators to reduce gas pressure to operating pressure required for burners. 7. Shall be wired and painted. 8. Shall have dual safety shut off ball valves. 9. Shall have a low pressure gas switch. 10. Shall have a high pressure gas switch. 11. Shall have high and low side pressure gauges. 12. Shall have 1" inlet and outlet connections and be of NPT type. 13. Shall include a drip leg with a strainer. 14. Shall be UL approved. 15. Shall have a NEMA 4 enclosure for outdoor environments. 16. Shall integrate with the flame safety and control system. Item 3: Flame Safety and Control System The Two (2) flame safety and control systems shall have the following specifications: 1. Shall be of a flame rod design. 2. Shall integrate with the valve train and burners. 3. Shall have an integrated gas purge after flame failure and prior to start-up. 4. Shall operate on 120 V at 60 Hz. 5. Shall be UL listed. 6. Shall have a 10 second trial for ignition. 7. Shall have an alarm for failure to ignite. All supplies shall be provided to the EPA NHSRC located at Research Triangle Park, NC within 30 calendar days after receipt of award. The F.O.B. point shall be destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the items offered to meet the Government's requirement and (2) price. Award will be made on a best-value basis based on the response most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision may be found on the Internet at the following site: http://www.acquisition.gov/far/ Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.204-10-Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010), 52.209-6-Protecting the Government's interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10-Prohibition of Contracting With Inverted Domestic Corporations (May 2011), 52.222-3-Convict Labor (Jun 2003), 52-222-19 (a) Child Labor Cooperation with Authorities and Remedies (Jul 2010), 52.222-21-Prohibition of Segregated Facilities (Feb 1999), 52.222-26-Equal Opportunity (Mar 2007), 52.222-36-Affirmative Action for Workers with Disa bilities (Oct 2010), 52.223-18-Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-1-Buy American-Act-Supplies (Feb 2009), 52.225-13- Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Offerors shall submit (1) one copy of their firm-fixed-price quote, referencing RFQ-OH-12-00077, no later than Tuesday, July 17, 2012 at 2:00 PM ET to Scott Tharp as follows: via email at tharp.scott@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-12-00077/listing.html)
 
Record
SN02807884-W 20120720/120719000442-876393228aba727fc346eaff46708051 (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.