This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is CT1782-06 and this solicitation is issued as a Request for Quotation. This is a Definite Delivery/ Definite Quantity (DD/DQ), type contract (52.216-1). The solicitation document incorporates provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) No. 2005 08. The North American Industry Classification System Code is 339999 and small business size is 500. Full and Open Competition is being utilized subject to the following:
Line Item Description.
Ingersol-Rand (Brand Name or Equal, 52.211-6)
IRN100H-CC Variable Speed Rotary Screw Air Compressor.
100-125 HP AIR COMPRESSOR
100-125 HP VARIABLE SPEED ROTARY SCREW AIR COMPRESSOR WITH LINE REACTOR AND WATER COOLED CYCLING DRYER.
DESCRIPTION:
ELECTRIC DRIVEN COMPRESSOR
AIR-COOLED OIL COOLER
AIR/OIL SEPERATOR
AIR-COOLED AFTER COOLER
CYCLING REFRIGERATION AIR DRYER
FILTER SYSTEM
SUBMITT:PRODUCT DATA TO INCLUDE COMPRESSED AIR SYSTEMS AND ACCESSORIES:
ELECTRIC DRIVEN COMPRESSOR
REFRIGERATION TYPE DRYER
FILTER SYSTEM
CONTRACT INFORMATION:
PROVIDE OPERATION AND MAINTENANCE DATA
PROVIDE OWNER INSTRUCTION REPORT
AIR COMPRESSOR:
AIR COMPRESSORS: AIR-COOLED, LUBRICATED ROTARY SCREW AIR COMPRESSOR.
RATED CAPACITY DOWN STREAM OF THE MOISTURE SEPARATOR: 429 CFM AT 125 PSIG FOR EACH COMPRESSOR.
MAXIMUM OPERATING PRESSURE 145 PSIG.
PACKAGE RATED FOR 115 DEGREE F AMBIENT CONDITIONS:
SINGLE AIR CONNECTION
SINGLE CONDENSATE CONNECTION
SINGLE POWER CONNECTION
LOW SOUND ENCLOSURE AROUND ENTIRE PACKAGE FOR 75 DBA OR LESS.
AIREND AND MOTOR SHALL BE ISOLATED FROM THE FRAME OF THE COMPRESSOR.
MOTOR SHALL BE ATTACHED DIRECTLY TO THE AIREND SHAFT WITH NO COUPLINGS OR GEARS.
INLET FILTERS RATED FOR 3 MICRON.
OIL FILTERS RATED FOR 3 MICRON AND GOOD FOR 2000 HOURS OF OPERATION.
UNIT FACTORY FILLED WITH 8000 HOUR POLYGLYCOL LUBRICANT.
AIR COMPRESSOR CONTROL
AIR COMPRESSOR SHALL BE CONTROLLED AND OPERATED BY A MICROPROCESSOR CONTROLLER.
CONTROLLER SHALL DISPLAY THE FOLLOWING INFORMATION:
PACKAGE DISCHARGE AIR PRESSURE
AIREND DISCHARGE TEMPERATURE
SUMP PRESSURE
SEPARATOR ELEMENT CONDITION
TOTAL HOURS
COST TO OPERATE COMPRESSOR
ENERGY SAVINGS VERSUS STANDARD COMPRESSOR
PERCENT TURNDOWN OF VFD DRIVE
CONTROLLER SHALL SHUTDOWN THE COMPRESSOR UNDER THE FOLLOWING CONDITIONS:
HIGH AIREND DISCHARGE TEMPERATURE
HIGH DISCHARGE PRESSURE
LOW SUMP PRESSURE
CONTROL VOLTAGE LOSS
OPEN CONTACTOR
MAIN MOTOR OVERLOAD
REVERSE ROTATION OF MAIN MOTOR
PRESSURE SENSOR FAILURE
TEMPERATURE SENSOR FAILURE
DRIVE FAILURE
CONTROL PANEL SHALL BE CAPABLE OF REMOTE STARTING AND STOPPING THE COMPRESSOR.
REDUCE VOLTAGE STARTER
MAIN MOTOR STARTER SHALL BE 460 VOLT - 3 PHASE. STARTER SHALL BE MOUNTED AND WIRED TO THE COMPRESSOR DRIVE MOTOR AND CONTROL PANEL.
MAIN DRIVE MOTOR
MAIN DRIVE MOTOR 460 VOLT - 3 PHASE
MAIN DRIVE MOTOR SHALL BE RATED FOR 115 DEGREE F AMBIENT.
MOTOR SHOULD NOT HAVE ANY BEARINGS.
MOTOR SHOULD BE HPM TECHNOLOGY WITH FULL EFFICIENCY ACROSS THE ENTIRE OPERATING RANGE.
VARIABLE FREQUENCY DRIVE
VARIABLE FREQUENCY DRIVE CONTROLS. COMPRESSOR SHALL SPEED UP OR SLOW DOWN THE RPM OF THE MOTOR MAINTAINING A TARGET PRESSURE. IF MOTOR SLOWS DOWN TO THE MINIMUM RPM THE PRESSURE SHALL RISE TO THE AUTO STOP PRESSURE AND IMMEDIATELY SHUT OFF THE COMPRESSOR. THE SUMP TANK SHALL REMAIN HOLDING PRESSURE WAITING FOR THE PRESSURE TO HIT THE TARGET PRESSURE AND MOTOR SHALL START AT MINIMUM RPM INCREASING TO FULL SPEED IF NECESSARY.
AIR DRYER
AIR DRYER: AIR COOLED, CYCLING REFRIGERATED AIR DRYER. CYCLING REFRIGERATED TYPE AIR DRYER CAPABLE OF REDUCING THE TEMPERATURE OF 500 CFM OF MOISTURE SATURATED COMPRESSED AIR AT 100 PSIG AND 100% INLET TO A CLASS H PRESSURE DEW POINT (33 TO 39%). DRYER SHALL REMOVE THE CONDENSED WATER VIA AN INTEGRAL CENTRIFUGAL MOISTURE SEPARATOR AND AUTOMATIC ELECTRONIC DRAIN VALVE. PERFORMANCE BASIS EACH DRYER.
THERMAL MASS TANK: EFFICIENT HEAT TRANSFER BETWEEN THE AIR CHILLER,FREON EVAPORATOR AND THERMAL MASS FLUID WILL BE OBTAINED WITHOUT THE USE OF A THERMAL MASS FLUID CIRCULATING PUMP.
HEAT EXCHANGERS: HEAT EXCHANGERS USED TO CHILL THE AIR AND EVAPORATE THE FREON ARE TO USE NON-FOULING SMOOTH COPPER TUBES AND ARE TO BE SUBMERGED IN THE PROPYLENE GLYCOL/WATER THERMAL MASS FLUID.
DRYER CONTROLLER SHALL DISPLAY:
OUTLET PRESSURE
INLET TEMPERATURE
THERMAL MASS TEMPERATURE
NON-LUBE COALESCING AIR FILTER MODULE
COALESCING AIR FILTER:
COMPRESSED AIR FILTER SHALL REMOVE LIQUID WATER, SOLID PARTICLES, LIQUID OIL, AND OIL MISTS FROM 500 CFM OF COMPRESSED AIR AT 100 PSIG, AT 100 F, DOWN TO 0.1 MICRON.
PRESSURE DIFFERENTIAL GAUGE SHALL INDICATE PRESSURE DROP ACROSS FILTER.
Special Instruction:
QUALITY ASSURANCE:
ALL COMPONETS WILL BE SUPPLIED BY SINGLE SUPPLIER
Pricing shall include freight, installation, and training for the equipment.
Offerors shall submit descriptive product literature, and specification for the equipment with their proposal in sufficient detail to permit a complete and accurate evaluation of the product offered.
Warranty:
PROVIDE 24 MONTH FROM DATE OF START-UP TO INCLUDE ALL PARTS, LABOR, TRAVEL TIME, AND INCURRED EXPENSES FOR THE AIR COMPRESSOR.
PROVIDE 5 YEAR WARRANTY ON DRIVE TRAIN ASSEMBLY OF THE AIR COMPRESSOR. DRIVE TRAIN INCLUDES MOTOR,GEARS,COPLER AND AIR-END.
Delivery shall be F.O.B Destination: UNICOR FPI, Inc. 4200 Bureau Road North, Terre Haute, IN 47808.
JAR 2852.201-70
CONTRACTING OFFICERâS TECHNICAL REPRESENTATIVE (COTR) (JAN 1985)
Greg Shotts, is hereby designated to act as Contracting Officerâs Technical Representative (COTR)(FPI Terre Haute, IN) Tele:812-238-3359. Under this contract. The COTR is responsible, applicable for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. The COTR does not have the ability to alter the contractorâs obligations under the contract, or modify any of the express terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue changes in writing and signed. ADMINISTERED BY: This contract will be administered by:
UNICOR, Federal Prison Industries, Inc.
Clothing & Textiles Branch
320 First Street, N.W.
Washington, DC 20534-0001
ATTN: Moses Pettigrew, Contracting Officer (202) 305-3702
Written communications shall make reference to the contract number and shall be mailed to the above address.
ADDRESS TO WHICH REMITTANCE SHOULD BE MAILED: Offeror shall indicate below the complete mailing address (include the nine digit ZIP code) to which remittance should be mailed if such address is other than that shown in Block 15A, Page 1 (Standard Form 1449), they shall enter it below:
(a) Payee Name (Contractor) :______________________
(b) Check Remittance Address:
____________________________________________
____________________________________________
____________________________________________
____________________________________________
Any questions or problems regarding payment should be directed to the
Business Manager at the following locations:
UNICOR, FPI Terre Haute, P.O. Box 33, Terre Haute, IN 47808
ATTN: Tim Osborne, 812-238-3588
Provision at FAR 52.212-1, Instructions to Offerors. Clause 52.212-2, Evaluation-Commercial Items applies to this solicitation. Award will be made to the quotation, which offers the best value to the government based on an integrated assessment of price, delivery, and past performance. The Government may make award without discussion- therefore, the offeror(s) initial offer should contain offeror(s) best pricing. Tradeoff Process: It may be in the Governmentâs best interests to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non-cost factors and allows the Government to accept other than the lowest priced proposal if the perceived benefits of the highest priced proposal are determined to the additional cost.
FPI 999.999-9, Business Management Questionnaire - This must be completed with a minimum three (3) references of contracts that are of similar size and complexity. And provided with your offer- The document can be downloaded at the following website: http://www.unicor.gov/fpi_contracting/about_procurement/forms/
Clause at 52.212-4, Contract Terms and Conditions of Commercial Items (SEPT 2005) (Deviation)(d) Disputes. This is not subject to contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Disputes arising under or relating to this contract shall be resolved in accordance with clause 52.333-1 Disputes
(July 2002) (Deviation), which is incorporated herein by reference. The contract shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view full text clause go to www.unicor.gov select contracting opportunities, then select, contracting disputes deviation.
Clause 52.212-5, Contract Terms and Conditions Required to Implement Status Or Executive Orders-Commercial Items, applies, which includes 52.203-6, Restrictions on subcontractor Sales to the Government, with Alternate I. 52.204-6, Contractor Identification number Data Numbering System (DUNS) applies.
52.219 1 Small Business Concern Representation. 52.223 6 Drug Free Workplace, 52.232 18 Availability of Funds. 52.242 13 Bankruptcy. 52.244-6 Subcontracts for Commercial Items. 52.246 16 Responsibility for Supplies. 52.246 15 Certification of Conformance 52.246 23 Limitation of Liability. 52.247 34 FOB Destination. 52.253 1 Computer Generation of Forms by the Public.
PROPOPOSAL SHALL BE submitted on a signed SF1449, with all amendments, if any. No proposal will be accepted by facsimile. All proposals that Fail to furnish/provide the required information and/or reject terms and conditions of the solicitation may exclude offer from being considered. Vendors may submit a signed and dated Federal Express, mailed, or hand carried proposal to: UNICOR, FEDERAL PRISON INDUSTRIES, INC. Clothing & Textiles Group, 400 First Street, NW, Washington, DC 20534, 6th Floor, Attn.: Moses Pettigrew, Tele:202-305-3702.
The date and time for receipt of proposals is Wednesday, May 24, 2006. Proposal must indicate Solicitation No. CT1782-06, time specified for receipt of offer 2:00PM Eastern Standard Time (EST), name, address and telephone number of offeror.
Effective January 1, 2005, all offers are required to complete Representations and certifications IAW FAR 4.1201(a), Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). (b) Prospective contractors shall update the representation and certification submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representation and certifications are effective until one year from date of submission or update to ORCA. To make a change that affects only one solicitation, contractors are required to complete the appropriate sections of FAR 52.212-3(j) or 52.204-8 whichever is included in the solicitation.
Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold pricing firm for 90 Calendar days from the date specified for receipt of offers. Proposals or modifications to proposals received at the address specified for receipt of proposals after the exact time specified may not be considered. Questions regarding requirement may be addressed in writing to Moses Pettigrew at
[email protected]
As mandated by the Department of Justice, all contractors must register in the NIH Contractor Performance System at the time of award. The web address is: http://cps.od.nih.gov. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.acquisition.gov. This combined synopsis/solicitation and necessary forms are available on web site: http://www.fob.gov or http://www.unicor.gov/fpi_contracting/about_procurement/procure_clothing.cfm.
A completed ACH form must be on file prior to contract award.
Delivery orders shall be issued by or authorized at UNICOR, FPI Terre Haute, IN, excluding the Contracting Officer Technical Representative (COTR). Delivery Hours: 7:00 AM 11:00 AM, and 11:30 AM- 2:30 PM Monday thru Friday notwithstanding emergencies and Federal Holidays. The Contractor shall not be required to make any deliveries under this contract after 60 days beyond contract expiration. 52.213 2 Invoices: Invoices shall be submitted to the Business Manager at UNICOR, FPI Terre Haute P.O. Box 33, Terre Haute, IN 47808; Telephone No: 812 238-3588.
FPI 1000D, Packaging and Marking - Preservation, packaging, and marking for all items covered by this contract shall be in accordance with commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. The contract number should be on or adjacent to the exterior shipping label. Each package received must be marked for type and quantity. A Certificate of Conformance must accompany each shipment.
All shipments should be labeled as follows:
a. Vendor name
b. Purchase Order number and/or Contract number
c. Item description
d. Item quantity and weight
e. Other pertinent information
FPI 1000F1, Delivery Order - Orders shall customarily be made by phone, with subsequent written confirmation containing the following information:
a. Date of order
b. Contract number and order number
c. Item number and description, quantity, and unit price
d. Delivery or performance date
e. Place of delivery
f. Shipping instructions
g. Accounting data
h. Any other pertinent information
Delivery shall be within 150 days after receipt of delivery order.
Copies of Federal Specifications, Standards and Commercial Item Descriptions cited in this solicitation may be obtained from GSA, Federal Supply Service, Specifications Section, Suite 8100 470 LEnfant Plaza, SW, Washington, DC 20407, Phone: 202-619-8925 and Facsimile 202-619-8978.
Bid Protests Not Available