|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414Fleet & 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 (issued in the CBD on 8/13/99) and previous
item description modification (issued in the CBD on 8/17/99) is hereby
replaced 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
will have 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 1/2" 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 1/2" 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 an 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 the gauges,
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 and 1/2" dial,
lower back port, all stainless steel, liquid filled, with mirror dial
pointer with 1/4 percent 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, 0-30 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,
0-300 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 1/2" 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 08/18/99 (W-SN369698). (0230) Loren Data Corp. http://www.ld.com (SYN# 0267 19990820\49-0002.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|