|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1996 PSA#1608Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air
Force Base Ca 95652-1060 N -- AIR COMPRESSOR SYSTEM SOL F04699-96-R-0150 DUE 062896 POC For
copy, contact the info office indicated., For additional information
contact Melby.K5s/Pkocd/916-643-3795 SACRAMENTO AIR LOGISTICS CENTER is
procuring an air system to provide compressed air for the new CERP
pilot metal casting facility. The systems requiring the compressed air
will be used to support emission experimentation of automotive
castings and production of Department of Defense castings. The
Government is also procuring associated data, service visits, on call
telephone assistance, and spare parts. It is the intent of the
government to purchase a commercially available air compressor system,
without the need for new development; therefore, the contractor shall
demonstrate that the manufacturer of the air compressor system has a
minimum of ten (10) years experience providing compressed air systems
for foundry or similar dusty applications. The contractor shall include
proof of the required qualifications in their solicitation response.
The air compressor shall be an oil cooled, 200 horsepower (HP) positive
displacement rotary screw type unit rated to deliver at least 990 cubic
feet per minute (CFM) at 100 psig, 24 hours a day. The air compressor
motor shall be at least 460 volt, 3 phase 60 cycle TEFC electric motor
with oversized bearings suitable for foundry conditions. The
compressor shall include all necessary components including a
self-contained cooling system (no cooling water hook-up required_,
microprocessor control system, motor starters, lubrication system, and
all internal piping and wiring. The unit shall be suitable for
continuous operation in ambient temperatures up to 115 degrees F. The
unit shall include an integral air cooled aftercooler with a moisture
separator and condensate trap. The control system shall include an
operator input device for pressure set point adjustment and providing
system automatic start and modulation. The control system digital
display shall at a minimum include system status, total run time, and
fault information displays and energy consumption. The unit shall be
housed within a sound attenuated (to 75 dBA or less) and dust protected
enclosure suitable for high dust foundry conditions. The enclosure
shall have a rigid base with forklift fork holes for mobility and
removable access panels for maintenance. The unit shall be capable of
being installed outside without the need for any additional weather
protection. Also included shall be a refrigerated type air drier to
provide selectable dewpoint down to at least 35 degrees F at 1000 CFM,
a filter separator providing at least 99.98% removal efficiency to 0.1
micron at 1000 CFM, a filter separator providing at least 99.98%
removal efficiency to 0.01 micron at 125 CFM, and two each minimum 500
gallon vertical compressed air tanks with accessories. The drier shall
be interconnected with the air compressor to automatically start
whenever the compressor operates. The refrigerant shall comply with
ozone depleting substance restrictions. The drier shall include a
microprocessor based control system and digital display that a minimum
provides user adjustable operating parameters (dewpoint control,
automatic drain time, etc.), fault warning and failure status, and
inlet/outlet air temperature and pressure, drier on time and compressor
on time. The drier shall include a 99 percent or better efficiency
centrifugal moisture separator with a solenoid operated automatic drain
valve. The two each 500 gallon capacity air receiver tanks shall be
ASME pressure certified to at least a 150 psi working pressure. The
tanks shall each be fitted with a safety relief valve, a pressure
gauge, and a drain connection with an automatic electronic solenoid
operated drain valve to remove condensate. All interconnecting piping,
electrical utility connections and installation shall be provided by
the government. The air compressor system shall be provided FOB
McClellan AFB CA and shall include three (3) copies each of standard
commercial installation, operation and maintenance manuals for each
component and three (3) copies each of a parts list for the system. An
ombudsman has been appointed for this acquisition. The primary purpose
of the ombudsman is to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels to communicate his/her concerns during the proposal
development phase of this acquisition. The purpose of the ombudsman is
not to diminish the authority of the contracting officer or program
director, but to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate Government
personnel. Potential offerors should use established channels to
request information, pose questions and voice concerns before resorting
to using the ombudsman services. Potential offerors are invited to
contact Allen Taylor at (916) 643-5070, with serious concerns only. (Do
not call this number to request copies of solicitations.) Routing
communication concerning this acquisition should be directed to the
buyer listed elsewhere in this synopsis. When requested, the ombudsman
will maintain strict confidentiality as to the source of the concern.
The approximate issue/response date will be 07 Jun 96. The anticipated
award date will be 19 Jul 96. Written procedure will be used for this
solicitation. No telephone requests. Only written or faxed requests
received directly from the requestor are acceptable. All responsible
sources solicited may submit a bid, proposal, or quotation which shall
be considered. Specifications, plans, or drawings relating to the
procurement described are incomplete or not available and cannot be
furnished by the Government. (0152) Loren Data Corp. http://www.ld.com (SYN# 0038 19960603\N-0001.SOL)
N - Installation of Equipment Index Page
|
|