COMMERCE BUSINESS DAILY ISSUE OF MAY 1, 2001 PSA #2841
SOLICITATIONS
66 -- INSTRUMENTS AND LABORATORY EQUIPMENT
- Notice Date
- April 27, 2001
- Contracting Office
- Acquisitions Management Operations Branch, NIAID, 6700-B Rockledge Drive, Room 1130, Bethesda, MD 20892-7605
- ZIP Code
- 20892-7605
- Solicitation Number
- NOI1008
- Response Due
- May 15, 2001
- Point of Contact
- Carolyn Sentz, Contracting Officer, 301-402-2282, Linda Taylor, Purchasing Agent, 301-402-2282
- Description
- This is a combined synopsis/solicitation notice of intent for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI1008 and the solicitation is being issued as a notice of intent. This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular 97-24. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 339111 and the small business size standard 500M. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a replacement steam boiler with Tate Engineering Systems, Inc. The Cleaver-Brooks boiler provides steam for autoclaves, racks, cages, and tunnel washers for the animal facility. Low-pressure steam boilers cannot provide the temperature required by AAALAC to handle the animal facility needs. The Tate Engineering Company is the only regional distributor of Cleaver-Brooks boilers, Model M4HP-5000. The replacement boiler has to be a Model 4 water tube boiler and it must be compatible with existing connectors and the limited space available in the lab. The specifications are as follows: (1) Must have a three gas pass type boiler mounted on a heavy duty steel frame; (2) Must have an integral forced draft burner and burner controls; (3) Must be designed in accordance with the American Society of Mechanical Engineer (ASME) boiler and pressure code section I (for high pressure); (4) Must be designed for a 15 psig. The maximum operating pressure is 100 psig; (5) Must have a maximum output of 4150 lbs/hr of steam, or 118php; (6) Electrical power available should be 200 volts, 3 phase and 60hz; (7) Maximum sound level should not exceed 80 dba measured 3 feet in front of the boiler; (8) Pressure Vessel; (9) The upper drum, 20" OD, seamless pipe; (10) Lower drum 8-5/8" OD, with seamless pipe; (11) Generating tubes 2" OD, with a minimum wall thickness of .105; (12) Must have two downcorners in rear of boiler totally insulated from the generating tubes, which should be a minimum of 2-2/2" OD with a minimum wall thickness of .105; (13) The upper drum should have and inspection openings in the convection area; (14) Must have a feedwater tapping and integral feedwater distribution pipe to blend the feedwater with the boiler water; (15) a " surface blowout connection; (16) A 1 " surface blowout connection; (17) Refractory should be limited to the furnace floor to insulate the lower drum, and to the burner throat tile; (18) Need high temperature insulation on front wall of furnace; (19) Insulation and casing; (20) Boiler must be a minimum of 2: fiberglass, and must cover the entire pressure vessel; (21) Insulation covered with a corrugated metal lagging; (22) Front head attached with a davit arm, gasket sealed and bolted. The front head must swing open to provide full access to the furnace chamber and burner throat tile; and (23) must include installation. This boiler is needed for an NIAID facility in Rockville, Md. 20852. Delivery FOB destination as set forth in FAR 52.247-35 FOB destination within Conignee's Premises. FAR provisions and clauses that apply to this acquisition: FAR 52.212.1, Instructions to Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contractor Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items. FAR 52.225-3 Buy American Act also applies. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 6700B Rockledge Drive/MSC 7605, Room 1130; Bethesda, Maryland 20893-7605. Electronic submissions will not be accepted. Requests for information concerning this requirement are to be addressed to Linda Taylor at (301) 402-2282. Collect calls will not be accepted. Closing date for the submission of any written responses is fifteen (15) days from the publication on this notice.
- Record
- Loren Data Corp. 20010501/66SOL008.HTM (W-117 SN50K5F4)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on April 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|