Skip to main content

An official website of the United States government

You have 2 new alerts

Rotary Screw Air Compressors, Bonneville Lock & Dam

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Apr 29, 2022 09:21 am PDT
  • Original Published Date: Apr 26, 2022 03:56 pm PDT
  • Updated Date Offers Due: May 10, 2022 02:00 pm PDT
  • Original Date Offers Due: May 10, 2022 02:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 25, 2022
  • Original Inactive Date: May 25, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4310 - COMPRESSORS AND VACUUM PUMPS
  • NAICS Code:
    • 333912 - Air and Gas Compressor Manufacturing
  • Place of Performance:
    Cascade Locks , OR 97014
    USA

Description

This is a firm-fixed-price request for quotation (RFQ) for the purchase of Rotary Screw Air Compressors for Bonneville Lock & Dam, Oregon.

This solicitation is prepared in accordance with FAR Part 12 in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR Subpart 13.5. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2020-07.

This solicitation is a 100% set aside for Small Businesses exclusively. The NAICS Code is 333912 – Air and Gas Compressor manufacturing with a small business size standard of 1,000 employees. This solicitation is being issued through System for Award Management (SAM) at www.sam.gov. All prospective contractors must be registered in the System for Award Management (SAM) at www.sam.gov prior to submission of quotations to be eligible for award. Lack of SAM registration will make a contractor ineligible for award. The Contract Specialist is Robbie R Newland, Robbie.R.Newland@usace.army.mil.

                                                               Technical Salient Specifications
                                                                Rotary Screw Air Compressor
                                                  Required Operating Conditions and Performance


• Dimensions shall not exceed 46” wide x 110” Long
• Minimum 251 ACFM @ 100 PSIG
• 110 PSIG Maximum Working Pressure
• 100 PSIG Operating Pressure
• Water-cooled lubricant cooler with automatic temperature control
• Air-lubricant separation system consisting of dual lubricant separator elements with sight glasses
• ASME pressure relief valve
• Inlet air filter/silencer with filter condition indicator on panel
• Triple lip shaft seal with suck back line
• Direct driven with no high-speed gearing
• Drop-out type coupling
• OSHA coupling guard
• High efficiency 5:6 rotor profile
• Discharge air check valve
• Solenoid operated blowdown valve with muffler
• Compressor air end with heavy-duty inlet valve
• Water-cooled aftercooler with moisture separator and automatic condensate trap, mounted, pre-piped and tested
• Unit to include a positive displacement lubricant pump to assure proper lubricant flow at all times, especially during start-up and in cold weather.
• Spin-on full flow lubricant filter with relief valve, 12 micron
• The assembly must be complete with initial fill of synthetic compressor lubricant
• 3 phase 460 volt, open drip proof, energy efficient motor (meets or exceeds EISA standard), with a 1.25 service factor.


CONTROLS/CONNECTIVITY
• CSA listed control panel
• Two (2) high temperature shutdowns
• Ethernet TCP/IP communication
• Relay contact installed to direct the load/unload of one additional sequencer ready compressor.
• Dry contacts for remote indication of a fault
• Constant speed control with percent capacity display
• Compressed air capacity display to continuously show the percentage of total compressor capacity being used.
• Lead/Lag Analog control panel with timed alternation, 120v supply, includes lead and lag pressure switches with adjustable setpoints, adjustable deadband, compressor selector switch, and controls the supplied compressors.
• Standard dual control package to allow the compressor to operate in Load/Unload or Low Unloaded Horsepower (LUHP). Both modes must include an adjustable timed shutdown and automatic restart on a pressure signal.
• NEMA 1 enclosure with operator switch in compressor panel, mounted, wired and tested.


GRAPHIC OPERATOR ACCESS TERMINAL
Graphic operator access terminal with the ability to control up to 7 additional machines via RS485 with the following status and service indicators:
• Power on indicator
• Operating compressor indicator
• Loaded compressor indicator
Page 46 of 46
• Unloaded compressor indicator
• Standby indicator
• Inlet air filter service indication with alarm
• Lubricant filter service indication with alarm
• Compressor lubricant service indicator
• Separator element service indication with alarm
• Motor bearings service indicator


Also include ALARM AND SHUTDOWN for the following conditions:
• High air end discharge temperature
• High discharge pressure
• Starter failure
• Main motor overload
• Cooling fan overload
• Reset buttons for all alarm conditions
• Historical list of up to 50 faults Digital display of the following values:
• Compressor percent capacity
• Separator inlet temperature
• Pressure drop across air/lubricant separator elements
• Running hours
• Loaded hours
• Aftercooler discharge pressure


WARRANTY:
• Warranty on the compressor assembly shall be as follows:
• a) One (1) year on the complete assembly
• b) Five (5) years on the air-end
• c) Five (5) years on the motor
• d) Three (3) years on VSD

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA

Primary Point of Contact

Secondary Point of Contact

History