|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1996 PSA#1590325th Contracting Squadron, 501 Illinois Avenue, Suite 5, Tyndall AFB
FL 32403-5526 A -- DEVELOPMENT OF ADVANCED CHEMICAL REACTOR FOR HAZARDOUS WASTE
TREATMENT Sol TYN 96-01-XXXX. Due 052596. Contact Ginny Garner,
Contract Specialist, 904-283-8667, fax 904-283-8491, Larry G. Edwards,
Contracting Officer. INTRODUCTION: The Environmental Compliance
Division of The Environics Directorate of the Air Force's Armstrong
Laboratory (AL/EQS) is interested in receiving proposals (technical and
cost) on the research efforts described below. Proposals submitted in
response to this announcement shall reference the program research and
development agreement (PRDA) number identified above. Responders will
ensure that the amounts proposed will be valid for a minimum of 180
days for the date of the proposal. This announcement is open and
effective until 25 May 1996. There will be no formal request for
proposals or other solicitations regarding this announcement. Proposals
shall be submitted with an original, plus three (3) copies, not
exceeding 50 double spaced pages. Proposals shall be mailed to 325th
CONS/LGCX, 501 Illinois Ave., Suite 5, Tyndall AFB, FL 32403-5526 Attn:
Ginny Garner no later than 25 May 1996, 3:00 P.M. C.S.T., in order to
be considered for an award. This is an unrestricted solicitation.
Proposals submitted after 25 May 1996 may be reviewed and held for
possible action for a period of one year from receipt of proposal at
the discretion of the Air Force. Individual proposals will be evaluated
as they are received. Unpriced options will not be considered for
award. B -- REQUIREMENTS: (1) Technical Description: The purpose of
this effort is to develop an advanced chemical reactor system (ACRS)
that is capable of evaluating a broad range of hazardous waste
treatment approaches. Treatment approaches will encompass the
evaluation and/or integration of a plug flow tubular reactor (PFTR), a
continuously stirred tank reactor (CSTR - that can be operated in the
batch mode), and a high-temperature reactor (HTR). The PFTR will
address organic, acqueous, and gaseous effluent treatment using
meterogeneous catalysts. The CSTR will be used to address slurries of
paint stripping wastes, composite materials, plastics, polymers, and
catalysts. The HTR will evaluate NO and NOx reduction in the 500-900
degree Celsius range, using catalysts with hydrocarbons and other
potential reducing agents. This ACRS must contain major sub-systems:
high pressure gas and liquid feed systems, a PFT, A CST, a HTR, a
nitrogen purge system, a pressure let-down system, gas and liquid
product recovery/sampling systems. The general performance requirements
for the core reactor system containing the PFTR and CSTR are based on
a maximum operating temperature of 600 degrees Celsius and a maximum
operating pressure of 1450 psig. Gas flow rates from 0.1 to 5.0
liters/min shall be controlled and monitored using electronic mass flow
controller. The liquid feed system must be capable of supplying two
different feed streams at the maximum system operating pressure. Feed
tanks will be electronically weighed and digitally interfaced with the
date acquisition system. Liquid flow rates from 50 to 500 cc/hr shall
be controlled and monitored. Liquid feed pumps shall enable accurate
flow control and interface with the control and data acquisition
system. At least one feed system shall be designed to handle strong
caustic (pH=12) and/or strongly oxidizing aqueous feeds. The PFTR will
be configured to enable either up flow or down flow, packed-bed
operations at the maximum system operating temperature and pressure.
The reactor must be large enough to accommodate a catalyst bed up to
100 cc in volume. A CSTR shall be designed to operate at the maximum
system operating pressure and temperature. The CSTR shall be an
integral part of the core reactor system, which shall be configured to
allow operation of either the PFTR or CSTR without hardware
modification. The CSTR will have a nominal volume of 1-liter and have
both static and kinetic catalyst baskets. The catalyst baskets will
have a nominal volume of 100cc. A separate liquid feed and effluent
pump/system may be required to enable operation with dilute slurries of
up to 10% suspended solids (catalysts or reactants less than 100
microns). A nitrogen blanketing and purging system shall be designed to
enable controlled, low pressure nitrogen purge of the entire reactor
system and purging blanket of feed tanks. A high pressure gas and
liquid separation unit shall be designed to receive the reactor
effluent, separate the phases, and automatically control liquid level
and gas pressure. Liquid product from the pressure let-down system will
be collected in a vented product tank. The tank will be mounted on an
electronic scale which is digitally interfaced with the data
acquisition system. Gas product from the high pressure separator and
the liquid product tank will be metered through a wet test meter. A gas
sampling system will be designed to automatically collect samples in a
gas bomb or divert the gas to a sample loop or on-line gas analysis
module. A high temperature isothermal reactor (HTR) system will be
developed and fabricated as a physically separate module that
interfaces in all ways with the core ACRS. The core ACRS will provide
process control, monitoring, and data acquisition and storage for this
module. The HTR module will be designed for gas-phase studies to
simulate catalytic treatment concepts for aircraft turbine engine
exhausts. This module shall provide near isothermal temperature control
up to 900 degrees Celsius by an electrically-heated, fluidized sand
bath or similar system. Operating pressure will range from near ambient
to 1000 psig. The system shall be designed with multiple reactors in
place or the ability to quickly replace reactors. An additional
low-volume (0.02-0.3 cc/min), HPLC-type liquid feed pump and tank will
be required to inject water and/or liquid hydrocarbons to simulate
combustion gas. Prevaporization will be accomplished by injection
before the PFTR, which will function as a vaporizer/preheater. All
operator interactions with the ACRS (including the HTR), as well as the
safety management of the system, will be accomplished automatically and
remotely through a computer control unit. However, the system control
will reside in the software to enable easy re-configuration if desired.
System status will be monitored visually using a monitor and various
display screens. The control and data acquisition, alarms, and message
generation. The core ACRS will be assembled on one or more
transportable skids (with the exception of a separate control station).
The footprint of the fully assembled ACRS shall not exceed 4 ft deep by
10 ft wide by 7 ft-6 inches high. The HTR module will be on a separate
skid that interfaces with the ACRS as described above and can be
partially disassembled to fit through a 7 ft 6 in. high by 4 ft. wide
clearance. The unit will have a noise limit of 85 dB maximum (8 hr
average). The utilities shall interface with the utilities available at
Armstrong Laboratory, Environics Directorate at Tyndall AFB and the
interfaces will be designed so that all modules can be operated
separately or in any combination as needed. Operation, maintenance, and
safety manual(s) shall be provided. Reliability and maintainability
data may be supplied as part of the ACRS data package. After receiving
written permission, the contractor will disassemble (as required),
package for shipping, and ship the system to Tyndall AFB, Florida,
building 1117. (2) Deliverable Items: The following deliverable items
shall be proposed: (a) Program Progress Report (DI-MGMT-80555), (b)
Presentation Material (DI-ADMIN-81373), as required, (c) Procedural
Support Data (DI-TMSS-80065), (d) Scientific and Technical Reports
(DI-MISC-80711), (Draft and Reproducible Final), (e) Computer Software
End Items (DI-MCCR-80700), and (f) Concept Drawing Data Package
(Contractor's Format) and Detailed Design Technical Data Package.
C-ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The
total length of the technical effort is estimated to be eight (8)
months. The contractor shall also provide for and additional 4 months
for processing/completion of the final report. (2) Type of Contract:
Cost Plus Fixed-Fee (CPFF). (3) Government Furnished Property: None
contemplated (or identify completely). (4) Size Status: For the purpose
of this acquisition, the standard size is 500 employees (SIC 8731). (5)
Notice to Foreign-Owned Firms: Such firms are asked to immediately
notify the Air Force point cited above upon deciding to respond to this
announcement. Foreign contractors should be award that restrictions may
apply which could preclude their participation in this acquisition. D
-- PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions:
Offerors should apply the restrictive notice prescribed in the
provision at FAR 52.215-12, Restriction on Disclosure and Use of Data,
to trade secrets or privileged commercial and financial information
contained in their proposals. Technical and costs proposals, submitted
in an original and three (3) copies. All responsible sources may
submit a proposal which shall be considered against the criteria set
forth herein. Offerors are advised that only contracting officers are
legally authorized to contractually bind or otherwise commit the
government. (2) Cost Proposal: The accompanying cost proposal/price
breakdown shall be supplied on an SF 1411, together with supporting
schedules, and shall contain a person-hour breakdown per task. Copies
of the above referenced forms may be obtained from the contracting
office cited. (3) Technical Proposal: The technical proposal shall
include a discussion of the nature and scope of the research and the
technical approach. Additional information on prior work in this area,
descriptions of available equipment, data and facilities, and resumes
of personnel who will be participating in this effort should also be
included as attachments to the technical proposal and are not included
in the page limit. The technical proposal shall include a Statement of
Work (SOW) detailing the technical tasks proposed to be accomplished
under the proposed effort and suitable for contract incorporation. Any
questions concerning the technical proposal or SOW preparation shall
be referred to the Technical Point of Contact cited in this
announcement. (4) Page Limitations: The technical proposal shall be
limited to 50 pages (12 pitch or large type), double spaced, single
sided, 8.5 by 11 inches. The page limitation includes all information,
i.e., indexes, photographs, foldouts, appendices, attachments, etc.
Pages in excess of this limitation will not be considered by the
government. Cost proposals have no limitations; however, offerors are
requested to keep cost proposals to 75 pages as a goal. (5) Preparation
Cost: This announcement does not commit the Government to pay for any
response preparation cost. The cost of preparing proposals in response
to this announcement is not considered an allowable direct charge to
any resulting or any other contract. However, it may be an allowable
expense to the normal bid and proposal of indirect cost specified in
FAR 31.205-18. E-BASIS FOR AWARD: The selection for award will be based
on an evaluation of an offeror's response (both technical and cost
aspects) to determine the overall merit of the proposal in response to
the announcement. The technical aspect, which is ranked as the first
order of priority, shall be evaluated based on the following criteria
which are of equal importance: (a) the offeror's understanding of the
scope of the technical effort; (b) soundness of offeror's technical
approach; (c) the offeror's past experience with laboratory chemical
reactor development; (d) organization, clarity, and thoroughness of the
proposed SOW; and (e) academic and technical credentials of program
personnel. Cost is ranked as the second order of priority. No other
evaluation criteria will be used. The technical and cost information
will be evaluated at the same time. The Air Force reserves the right to
select for award of a contract or grant any, all, part, or none of the
proposals received. An award decision will be based on competitive
selection of proposals resulting from peer and/or scientific review.
Proposals involving cooperative research arrangements are welcome.
Principal funding of this PRDA and the anticipated award of a contract
will start fourth quarter FY96. F-Points of Contact: (1) Technical
Point of Contact: Mr. James A. Hurley, Program Manager, 904-283-6243.
(2) Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to the 325 CONS/LGCX, Attn:
Ginny Garner, 501 Illinois Ave., Suite 5, Tyndall AFB, Florida
32403-5526, 904-283-8667. (121) Loren Data Corp. http://www.ld.com (SYN# 0001 19960507\A-0001.SOL)
A - Research and Development Index Page
|
|