South Carolina Bids > Bid Detail

Design Fabrication and Install Blowers

Agency: ENERGY, DEPARTMENT OF
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159811949205406
Posted Date: Apr 17, 2023
Due Date: May 8, 2023
Solicitation No: SRNS04172023DESIGNFABINSTALLBLOWER
Source: https://sam.gov/opp/6cd544df54...
Follow
Design Fabrication and Install Blowers
Active
Contract Opportunity
Notice ID
SRNS04172023DESIGNFABINSTALLBLOWER
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
SRNS - DOE CONTRACTOR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2023 04:46 pm EDT
  • Original Response Date: May 08, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333413 - Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
  • Place of Performance:
    Aiken , SC 29808
    USA
Description

***** This is a REQUEST FOR INTEREST ONLY! This request does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this request is to identify potential offerors for market research purposes only. *****



Request for Information (RFI)



Savannah River Nuclear Solutions, LLC (SRNS), which manages and operates portions of the Savannah River Site (SRS) under a Department of Energy (DOE) prime contract, solicits expressions of interest from potential suppliers who have a strong background in the design, fabrication, and installation of blowers in an industrial application.



This RFI is issued to assist with finding potential suppliers interested in this solicitation.



The SRS is located approximately 15 miles south of Aiken, South Carolina and is 310 contiguous square miles.



Scope Summary: Provide labor, materials, and services required for the design, fabrication, inspection, testing, documentation, delivery, installation support, and technical startup support of three (3) glovebox stripper blower/motor assembly units.




  1. The word “shall” is used to denote a requirement.

  2. The phrase “shall consider” is used when an objective assessment is to be performed in the subsequent response to the request for interest, to determine to what extent the specified consideration can be met. The basis for incorporation or rejection of the consideration shall be provided in the response to the request for interest.

  3. The word “will” is a statement of fact or a declaration of purpose.



Requirements are as follows:




  1. Supply three (3) glovebox stripper blower/motor assembly units.

  2. Description of Process Fluid:

    1. High-purity (99.5%) nitrogen with trace oxygen and hydrogen isotopes.

    2. High-purity argon.





Description of Blower/Motor Assembly installation Location:




  1. Blower/Motor assembly will be installed within a nitrogen inerted glovebox.

  2. Blower/Motor assembly will be anchored to the stainless-steel working deck of the glovebox.

  3. Motor shall be detachable from the blower assembly.

  4. Each blower/motor assembly shall have sealed greased bearings. Liquid oil cooling/lube shall not be used.

  5. The high activity blower/motor assembly will process nitrogen/argon gas based on an inlet temperature of 20-30 deg C.

  6. Each blower/motor assembly shall have a flow rate between 100-140 SCFM and a Differential Pressure of approximately 5.5 PSIG.

  7. Each blower/motor assembly shall be hermetically sealed or shall have a Leak Rate of 0.1 PSIG change over 10 minutes at 50 PSIG.

  8. Each motor shall be TEFC rated.

  9. Motor shall fit through a glovebox window that is 34” high and 30” wide.

  10. Blower/motor material shall be approved by the Design Agency.

    1. Powders shall not be used

    2. Insulation, cloth, fabrics, polymers, ceramics, etc. that appear to generate particulate matter shall not be used.

    3. Plain carbon steels shall not be used.

    4. Ferritic stainless steels, martensitic stainless steels, and precipitation hardening austenitic stainless steels shall not be used.





Considerations are as follows:




  1. Vendor shall consider Vibration/Temperature instrumentation to be included in package.

  2. Vendor shall consider a minimum design pressure rating of 100 psig for the Blower. Lower design pressures will be considered.

  3. Vendor shall consider maximum envelope size for overall footprint including base to not exceed 60” L x 36 “W x 32” H.

  4. Vendor shall consider the motor to be of minimal size. Vendor shall consider that the motor can fit through an airlock that is 18.5” L x 19.6” W x 15.875” H.

  5. Vendor shall consider Blower to have vertical flange connections with 4” diameter.

  6. Vendor shall consider Blower/motor assembly to incorporate a separate motor that is magnetically coupled to the blower.

  7. Vendor shall consider that existing Blowers are currently run on standard three-phase, 60 Hz, 230/460 VAC power and are seismically anchored to pads welded to the floor of the glovebox.

  8. Vendor shall consider motor weight to be under 50 lbs. Heavier motor weights will be considered.

  9. Vendor shall consider Blower/motor assembly and associated equipment to be designed to limit sound pressure levels at or below 75 dB(A).

  10. Vendor shall consider that electrical equipment purchased is to be UL Listed, FM Approved, “listed” by an Occupation Safety and Health Administration (OSHA) approved nationally recognized testing laboratory (NRTL).

  11. Vendor shall consider blower/motor assemblies that do not incorporate an enclosure/housing.



Please review the SRNS General Terms & Conditions for Commercial Purchases located on our website www.srs.gov. Go to “Business Opportunities”, “Procurement”, “SRNS Procurement”, “SRNS General Provisions & Related Documents”, Select SRNS-MS-2008-00017, Revision 29 “General Terms & Conditions for Commercial Purchases”.



A supplier's response to the RFI does not guarantee they will be selected to participate in the RFP.



Suppliers responding to this RFI shall include evidence of the following:




  1. Past performance/personnel qualifications

  2. Quality Assurance Manual (Uncontrolled copy)

  3. Scheduling competency

  4. Familiarity with EVMS

  5. Qualification for codes and standards

  6. Lead time for design and fabrication



E-mail response addressing Items 1-6 above shall be submitted by 5:00 p.m. est. on 5/8/23 to Barbara McCarty at barbara.mccarty@srs.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 203 LAURENS ST SW
  • Aiken , SC 29801
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 17, 2023 04:46 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >