Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2002 FBO #0137
SOLICITATION NOTICE

S -- induction furnace

Notice Date
4/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-02-Q-1309
 
Response Due
4/30/2002
 
Point of Contact
Debra Beale, Contract Negotiator, Phone 215-697-9686, Fax 215-697-9579, - James O'Sullivan, Contracting Officer, Phone 215-697-9680, Fax 215-697-9579,
 
E-Mail Address
debra_l_beale@phil.fisc.navy.mil, james_b_o'sullivan@phil.fisc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. FISC Norfolk Det. Phila Intends to secure a service contract to re-line one 5 ton and one 50 ton Inductotherm Coreless Induction Furnace and a supply a spare melt out liner for each at the Naval Foundry and Propeller Center. Requirement will be solicited as a commercial item acquisition IAW FAR part 12, using the special simplified acquisition procedures as set forth in FAR, part 13.5. The RFQ number is N00140-02-Q-1309. Requirements: Melt out liners shall conform to the drawings provided with the solicitation. In addition, melt out liners shall be sufficiently braced to prevent any deformation during shipping, handling, or storage. The melt out liners shall be cylindrical to within +/- 0.250 inches. In addition, each melt out liner shall have quantity (3) 3/8-20UNC x 1/2 inch studs welded to the internal wall of the melt out liner spaced 120 degrees apart radially and spaced 1/4, 1/2, and 3/4 respectively from the melt line to the furnace floor axially. (1) Existing liner removal: Remove the old furnace liners to, but not including, the split brick (50 ton) or grout (5 ton) on the furnace side-wall and to, but not including the fire clay brick (50) ton or grout (5 ton) on the furnace floor. In removing the existing liners, care should be taken not to damage the brick (50 ton), or coils of the furnaces. Any damage to the brick, grout, or coils will be repaired by the contractor at the contractor's expense. Remove the old plastic spout and the existing leak detector ground wires. Contractor shall be responsible for providing all tooling for liner removal and placing all resulting debris into a government supplied and designated disposal container. NOTE: Contractor will minimize the formation of dust when dumping used liner material by water misting while dumping. (2) New liner installation: Make any necessary repairs to grout using Allied Mineral Products, Inc. Grout 663A. Apply Minro-Weave Cloth 45-40 slip plane at least 4 inches longer than the length of the unlined furnace, overlapping each successive length by 3 inches with 4 inches overhanging the top of the furnace. Cut the overhang cloth outside the furnace every 6 inches, allowing Minro-Weave to lay against the coil grout. Fold the top of the cloth over the top of the furnace and cover the slits with 2 inch wide duct tape. Install the plastic spout using Minro-A1 Plastic A91. Install a minimum of 6 leak detector ground wires of 310 stainless or better in each furnace. The ground fault wires should extend from the connecting lug in the furnace floor to the top of the furnace floor. Install the furnace floor lining of Minro-Sil Ram 1001, 1.3% boron oxide for the 50 ton furnace and DRI-VIBE 697A for the 5 ton furnace, seating the floor by manual vibration, using a Bosch vibrator model no. 18900 or 18902 wired for 240 volt operation, ensuring proper ground wire positioning while doing so. Install the melt out liner/form in the center of the furnace, and install the sidewall liner to within 24 inches of the top of the furnace using Minro-Sil Ram 1001, 1.3% boron oxide for the 50 ton furnace and to within 15 inches of the top of furnace using DRI-VIBE 697A for the 5 ton furnace, by alternately introducing by funnel and vibrating the form to achieve a measurement of 3200 vibrations/minute, for 10 minutes, at each of the eight legs (50 ton only), using a Vibra-tak for vibration measurement. Install the remaining side wall lining to the top of the furnace using Minro-Sil Ram 1001, 1/8% boron oxide for the 50 ton furnace and DRI-VIBE 481A for the 5 ton furnace, using the same method in paragraph 5.h. (3) Contractor Responsibilities: Contractor shall be responsible for obtaining all required security clearances and passes/badges for access into the work site (building 20 NFPC). Contractor shall be familiar with the installation of vibrated linings for coreless induction furnaces. Contractor shall also provide evidence of having installed such linings for at least the past 5 years. The following equipment will be supplied by the contractor: Appropriate tooling, and clean buckets and shovels for removal of existing liners, Bench ramming air hammers for installation of plastic spouts, Bosch Vibrator model number 18900 or 18902 and all necessary ramming tool attachments, Forking and de-airing tool, Melt out liner form, conforming to the drawings submitted with this solicitation, A minimum of 3 K type thermocouples, sufficient in length to connect to a readout device external to the furnace, for each melt out liner being installed. Appropriate funnel for introducing the Minro-Sil to minimize material segregation and dust, Martin Brute Vibrator Model CC4-6-2A, Vibra-Tak, Compressor capable of delivering a minimum steady pressure of 100 psi when supplying the Martin Brute vibrator, All material required to reline both furnaces. Removal and placement of all trash and debris into government supplied and designated disposal containers. Making any and all connections to government supplied utilities. (4) Government Responsibilities: Supplying all utilities with the exception of the compressed air required for ram vibrating. Supplying crane service when required during normal working hours. Supplying a container for the purpose of contractor disposal of all trash and debris resulting from relining.. Sintering the furnace liner. (5) General Conditions: Contractor working hours shall be restricted to from 6:30 am to 3:00 pm Monday through Friday, excluding government holidays. If the plant is in the process of performing a crane lift, there may be a 15 to 30 minute delay in providing crane service. Advance notice of crane service requirements will minimize delays. The lining installation for the 50 ton furnace must be completed not later than 05/10/02 and the 5 ton upon completion of the 50 ton. (6) Inspection and Acceptance: Inspection and Acceptance of the service shall be performed at destination by the Naval Foundry and Propeller Center. Proposal Content (1) Past Performance (a) The offeror should describe its past performance on similar contracts it has held within the last five (5) years which are of similar scope, magnitude and complexity to that which is detailed in the RFQ or affirmatively state that it possess no revelant directly rated or similar past performances. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirement of the RFQ. The offeror should provide the following information regarding its past performance: 1. Contract Number(s) 2. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3. Dollar value of the contract 4. Detailed description of the work performed. 5. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s) and 6. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. (2) Corporate Experience (b) The offeror should describe its Corporate Experience on a minimum of three and a maximum of five similar contracts that it has held within the last five (5) years citing the dollar value of the contract with telephone number for client, period of performance and type of service performed. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFQ. The offeror should provide the following information regarding its past performance: 1. Contract Number(s) 2. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed, 3. Dollar value of the contract, 4. Detailed description of the work performed, 5. Names of subcontractor(s) used, if any and a description of the extent of work performed by the subcontractor(s). 6. The number, type and severity of any quality, delivery or cost problem in performing the contract, the corrective action taken and the effectiveness of the corrective action. (3) Price/Cost (b) The offeror's price/cost proposal shall support the offeror's technical proposal. The price/cost proposal shall include all elements of costs and such other cost information as considered appropriate to support your proposal. The cost and pricing information shall be completed in accordance with the following: Supporting data including labor rates and hours, burden rates, material lists and costs, travel charges, and other direct costs used in developing the cost breakdown shall be furnished and properly referenced with this data. The supporting data for other direct costs shall include an itemization of those costs and a justification and explanation for each cost so itemized. The evaluation factors, in descending order of importance, are Past Performance and Corporate Experience. The evaluation factors are considered more important than price.
 
Record
SN00060779-W 20020418/020416213324 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.