Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

49 -- PNEUMATIC TEST STAND AND CHAMBER ASSEMBLY SOL N00244-99-T-B129 DUE 083099 POC Catherine McCollum, Phone (619) 532-2886; FAX (619) 532-2575 WEB: Click here to obtain more information about FISC San, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracts Specialist via, catherine_i_mccollum@sd.fisc.navy.mil. The original item description is hereby replaced in its entirety with the following: IMPORTANT NOTICE: DFARS 252.204-7004, "Required Central Contractor Registration" applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will render an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis/ solicitation for commercial items prepared in accordance with FAR Part 13 and 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 SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/ RFQ N00244-99-T-B129 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12.The Standard Industrial Code is 3699 and the business size standard is 750 employees. This requirement is for a fixed-price contract for a single line item as follows: 1 Pneumatic Test Stand and Chamber Assembly. Specifications are as follows: TEST COMPONENTS: Various types, sizes and pressures of pneumatic control valves. TEST PRESSURES: 0-100 psi Low Pressure Air Test, 100-5,000 psi High Pressure Air Test@ ambient temperatures. GENERAL DESCRIPTION: Pneumatic Test Stand will be designed to perform pneumatic testing of various valves and components inside a test chamber. The test stand consists of a High Pressure Compressor, Test Chamber with built-in test cart, and a control console. TEST CHAMBER: Free standing enclosure 36" wide x 36" deep x 72" high. The chamber willhave a front access door the full length of the unit. The test chamber will be constructed of steel and Lexan. It will have a 3/16" thick inside and outside steel skin, with a " Lexan sandwiched in between. The front door will be a swing out type with heavy duty hinges and locking latch. There will be two front Lexan viewing windows with two layers of " Lexan. There will be a third Lexan viewing window adjacent to the control console. The outer chamber will be powder coated blue, while the inside skin of the chamber will be powder coated white. A light canopy with Lexan shield will be incorporated at the top of the chamber. It will also have a vent exhaust port to relieve test pressure in the event of a failure. The chamber door will have a Safety Interlock switch to activate and automatic pressure dump valve to prevent access to the chamber under pressure. TEST CONSOLE: Shall be fabricated out of 12 gauge sheetmetal, powder coated. The console will be 36"L x 36"W x 36"H. The gauge panel will contain all thegauges, valves, regulators, and flow meters. A digital test timer complete with audio/ visual alarms, and both AC and DC panel meters will also be installed in the gauge panel. The front of the cabinet will have a swingout door with lock, and removable access panels at the rear. AIR COMPRESSOR ASSEMBLY: A high-pressure air compressor with built-in tank shall be included with the test stand. The compressor shall be electric-driven, 220VAC, single phase, 3 stage, 0-5,000 psi, complete with motor starter, automatic drain valve, pressure switch, liquid filled pressure gauge, 0-5000 psi, intake filter, pressure relief valves, all mounted on a powder coated frame. The compressor shall have a 10.8 SCFM flow rate @ 3000 psi. A 10-gallon ASME certified tank shall be installed as the storage tank for the test stand, and will be provided with gauge and relief valve. A 10' long high-pressure h- will be included for hookup to the test console. TEST SYSTEM: All high-pressure fittings and tubing shall be stainless steel rated for the required test pressures. All High Pressure hoses shall be at least 5000 psi rated and hydrostatically pressure tested to 10,000 psi with certifications. GAUGES: All test gauges shall be 4 " dial, lower back port, all stainless steel, liquid filled, with mirror dial pointer with 0/0 accuracy full scale, front flange panel mount. Test gauges mounted on the panel shall also have automatic pressure cut out valves installed. The following range gauges shall be used for LP air side: 0-10 psi, 0-15 psi, 0-3- psi with 0.2 psi increments, 0-60 psi with 0.5 psi increments, 0-100 psi, 0-150 psi with 1 psi increments. The following shall be used for HP air side: 0-200 psi, 0-3-psi with 2 psi increments, 0-600 psi with 5 psi increments, 0-1000 psi with 10 psi increments, and 0-5000 psi with 100 psi increments. VALVES: Stainless steel soft seat valves, rated at 6000 psi, panel mounted. Automatic dump valve shall be normally open air to close, soft seated valve with solenoid actuator. REGULATORS: High pressure stainless steel regulator, panel mounted, 6000 psi inlet with a 0-6000 psi outlet range. Low-pressure regulator shall be precision type, panel mounted, 0-100 psi outlet range. FLOW METERS: Panel mounted, 0-1.0 SCFM and 0-20 SCFM with quick disconnect ports. TEST TIMER: Front panel adjustable, digital, red LED, 0-99 minute, seconds or hours, complete with panel mounted pilot light and alarm. SAFETY FEATURES: (1) Heavy-Duty Test Chamber complete with " Lexan viewing windows (2 layers), swing out door with latch. (2) Safety Interlock Switch: prevents operator from pressure testing inside the chamber unless the door is closed. (3) Safety Warning Strobe Light to warn personnel during testing. WARRANTY AND TRAINING: 1 year full warranty, plus 1 full day training at customer's facility. Three copies of Technical Instruction Manual with parts list to be provided. All pneumatic test stand and chamber assembly shall be delivered to San Diego, CA. Inspection and acceptance shall be at destination. F. O. B. Destination.Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7014, Preference for Domestic Specialty Metals; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.209-5, Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters. The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price-related factors. Provision 52.212-2, Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish sufficient product literature that demonstrates the product offered meets all requirements stated in the above purchase description. Parties responding to this solicitation may submit their quote with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but MUST INCLUDE THE FOLLOWING INFORMATION: company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery/ availability of product, the company's CAGE code, Dun and Bradstreet number, and Taxpayer Identification Number. In addition, literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 p.m., local time, on Monday, August 30th, 1999. Quotes will be accepted via fax (619) 532-2575 or via email (catherine_i_mccollum@sd.fisc.navy.mil) ONLY. DO NOT MAIL. Posted 08/17/99 (W-SN368825). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0315 19990819\49-0002.SOL)


49 - Maintenance Repair Shop Equipment Index Page