Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10, 2001 PSA #2932
SOLICITATIONS

K -- UPGRADE FOR ENVIRONMENTAL CHAMBER

Notice Date
September 6, 2001
Contracting Office
US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotilla Street, Yuma, AZ 85365-9106
ZIP Code
85365-9106
Solicitation Number
DATM07-R-0012
Response Due
September 24, 2001
Point of Contact
Jacque Phillips, 928-328-6903
E-Mail Address
US Army Robert Morris Acquisition Center, Yuma Contracting (jacque.phillips@yuma.army.mil)
Description
Sole Source Commercial Acquisition: This is notice of intent to negotiate on a sole source basis with Mallory Engineering, Inc., 2779 West Directors Row, Salt Lake City, UT 84104-4514 for the upgrade of 1 (one) environmental chamber located at the United S tates Army Yuma Proving Ground (USAYPG), AZ. Mallory is the only firm that can provide such an upgrade, as they are the original equipment manufacturer, form, fit and function is essential with Mallory s proprietary systems design rights. The upgrade is co nsidered commercial in nature and award will be based on acquisition of commercial items under FAR Part 12. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additiona l information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Award will be made based solely on technical responses to this synopsis request. If you r company can upgrade this chamber, facsimile or email your proposal describing your intended upgrade to meet both scopes of work, including price, availability, contractor certifications under the commercial item contract terms herein, and whether or not you will accept payment by government Visa to Ms. Phillips. USAYPG intends to award this contract on the 16th day after publication of this notice; therefore, only proposals received before the close of business on the 15th day after publication of this no tice shall be considered. The small business standard SIC code 3829/NAICS 334519 (500 employees or less) applies. SCOPE OF WORK NUMBER ONE IS AS FOLLOWS: Environmental Chamber Refrigeration System Upgrade: Contractor will furnish all labor, materials, equi pment, and services required for modification of the cascade refrigeration systems in the North and South modules and the high temperature refrigeration system in the High Temperature module of the conditioning system for the Weapons Firing Chamber. SCOPE: All work to be on site at USAYPG Kofa Firing Range Gun Position 5, and will generally include the following: Remove R-13 refrigerant from the low stage systems and replace with new HFC refrigerant. Remove MP-39 refrigerant from the high stage systems and replace with new HFC refrigerant. Remove MP-39 refrigerant from the high temperature system and replace with new HFC refrigerant. Remove existing air-cooled condensers from the high stage systems on the North and South Modules and replace with new increase d capacity condensers for use with new refrigerant. Fifteen existing thermal expansion valves shall be removed and replaced with expansion valves of the proper size and type for the new refrigerants. Twenty-eight existing solenoid valves shall be removed a nd replaced with new solenoid valves. The existing lubricating oil in the refrigeration compressors shall be removed and replaced with new oil for use with the new HFC refrigerants. The existing compression fittings on the compressor oil cooling systems sh all be removed and replaced with rigid copper fittings to minimize potential leaks. The retrofitted systems shall be fully tested for functionality and balanced for optimal operation. BASIS OF DESIGN: The design proposed herein shall not only conforms to s pecific requirements, but meet these requirements based upon proven design standards and proven performance, quality, and cost factors. Particular attention shall be given toward providing equipment that will successfully operate in the harsh ambient cond itions to which this chamber will be exposed. SCRAP MATERIAL: Contractor will dispose of all scrap material obtained as a result of the modifications. The R-13 and MP-39 refrigerants will be recovered and transported to an authorized refrigerant recycling center. USAYPG will dispose of existing air-cooled condensers after they are disconnected from the systems. EQUIPMENT DESCRIPTION: Compressors: The existing hi gh temperature compressor and motor will be reused. The existing high stage compressors and motors will be reused. The existing low stage compressors will be reused. Condensers: The existing high temperature air-cooled condenser will be reused and the fan cycling switches adjusted for use with new HFC refrigerant. The existing high stage condensers will be replaced with larger condensers that have been sized for use with new HFC refrigerant. A new air-cooled condenser will be supplied and installed for the North Module. A new air-cooled condenser will be supplied and installed for the South Module. The condensers will be placed on the existing concrete pad. The existing cascade condensers in the North and South Modules will be reused. Evaporators: All of th e existing evaporators will be reused. Humidity System: All humidity system components will be reused. The wet bulb EPR valves will be adjusted for use with new HFC refrigerant. Heaters: The existing heating system will remain unchanged. Power Circuits: T he existing power circuits to the air-cooled condensers are undersized for the new condensers and shall be removed. A larger circuit breaker will be installed in the load center. Larger conductors will be run to a properly sized safety disconnect switch on the new condensers. GENERAL SYSTEM DESIGN: Chamber full performance requirements will be achieved with an ambient air temperature of 1200 F across the condenser. All existing isolation valves, gauges, pressure switches and load controls shall be reused. L ow Temperature Cooling: Both the high stage and low stage will be leak checked before service. Leak locations will be noted and repairs made while system is empty. After all modifications are completed, the system will be pressurized and leak checked. If leak test results are satisfactory, the system will be evacuated. The existing oil will be drained from the refrigeration compressors and oil separators. New oil will be added to the system prior to evacuation. The systems will be charged with new HFC refrigerant for the high stage and new HFC refrigerant for the low stage. After the proper charges have been established both stages will be balanced for optimal operation. After 24 hours of compressor operation, the oil will be changed again. It may nece ssary to change the oil three times to lower the residual oil content to less than 5%. The low temperature cooling system was originally designed for use with R-12 and R-13 refrigerants. All the equipment was sized for use with these refrigerants. The ne w HFC refrigerant is about 30% more efficient than R-13. Therefore, more BTU s will be removed per pound of refrigerant circulated through the system. If the low stage were capable of using all the available cooling, the high stage compressor would most li kely be undersized. However, since the evaporator was sized for use with R-13 it will probably limit the number of BTU s the low stage compressor can remove. The new air-cooled condenser shall be selected for the maximum total heat of rejection availabl e from the existing compressor. The compressors, evaporator and cascade condensers are the major components that determine the capacity of a system. High Temperature Cooling: The high temperature refrigeration system will be leak checked before service. Le ak locations will be noted and repairs made while system is empty. After all modifications are completed, the system will be pressurized and leak checked. If leak test results are satisfactory, the system will be evacuated. The existing oil will be drain ed from the refrigeration compressor and oil separator. New oil will be added to the system prior to evacuation. The systems will be charged with new HFC refrigerant and adjusted for optimal operation. After 24 hours of compressor operation, the oil wil l be changed again. It may necessary to change the oil three times to lower the residual oil content to less than 5%. FINAL ACCEPTANCE TESTING: Contractor will provide the services of a qualified Engineer to start-up and demonstrate system performance at USAYPG. USAYPG personnel shall be notified two weeks in advance of the desired start-up date. Start-up services shall be provided on to two consecutive working days. MODIFICATION SITE: All modifications will be made on site at USAYPG. SCOPE OF WORK NUMBER TWO IS AS FOLLOWS: Environmental Chamber Temperature and Humidity Control / Monitoring System Upgrade: Contractor will remove the existing Dimension Controller s and replace with a new control system with these characteristics: Six Control Loops. Sixteen Thermocouple Inputs. Sixty-four Analog Inputs (0-20 mA, 0-1 volt, 0-5 volt and 0-10 volt). Twelve Time Proportioned Output Relays. Thirty-six Event Relays. Three programmers capable of storing 15 recipes of 250 segments each. A monitor, keyboard and mouse will be required for viewing process variables and entering operating parameters. The system will store the values of the inputs and any alarms both internally a nd on a removable flash card. Stored data will be able to be imported into a spreadsheet for test documentation. Remote Viewing and Control of Process by any computer connected to the Internet. The new system will monitor, display and log the Suction and D ischarge Temperatures and the Suction, Discharge and Oil Pressures of the High Temperature Refrigeration System; The High and Low Stage Refrigeration Systems in the North Module; and the High and Low Stage Refrigeration Systems in the South Module. Service personnel with Internet access could view these values remotely to monitor the systems while they are operating and also while the systems are idle. Abnormal system pressures or temperatures would warrant a call to the site. Periodic inspections would be useful for the early detection of leaks before an entire charge is leaked out. The design and components used shall make expansion of the system simple and economical. Completion of the refurbishment is required within 160 days after award of contract to support mission requirements. Applicable FAR clauses and provisions applicable to the resultant award are as follows: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000); 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2001); 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2001); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001) w/52.203-6; 52.219-8; 52.219-14; 52.222-21; 52.222-26; 52.22-35; 52.222-36; 52.222-37; 52.222-19; 52.223-9; 52.232-33; 52.232-34; and 52.232-36. 52.247-34 F.O.B. Destination (NOV 1991); 52.215-5 Facsimile Proposals (Oct 1997); HTTP://WWW.DTIC.DLA.MIL/AMC -- DFARS 252.212-7000 Offeror Representations and Cert ifications -- Commercial Items. (Nov 1995); and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) w/252.205-7000; 252.206-7000; 252.225-7007; 252.225-7012; 252.225-7014; 252.225-7015; 252.225-7016; 252.243-7002; 252.247-7023; and 252.247-7023. If you have any questions, facsimile Jacque Phillips (928) 328 6849, call (928) 328-6903 or email Jacque.Phillips@yuma.army.mil and please include your ma iling address, point of contact, phone number, facsimile number, e-mail address and business size in your request.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010910/KSOL003.HTM (D-249 SN50X072)

K - Modification of Equipment Index  |  Issue Index |
Created on September 6, 2001 by Loren Data Corp. -- info@ld.com