Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOLICITATION NOTICE

34 -- Vacuum Furnace and Cooling System

Notice Date
4/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025303Q0136
 
Archive Date
5/31/2003
 
Point of Contact
Melanie A. Powers (360) 315-3384 Melanie A. Powers, Ph: (360) 315-3384, Fax: (360) 396-7036, Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 944, 610 Dowell Street, Keyport, WA 98345-7610
 
E-Mail Address
Email your questions to Melanie A. Powers
(powersm@kpt.nuwc.navy.mil)
 
Description
The Naval Undersea Warfare Center Division Keyport is soliciting for a Vacuum Furnace, Cooling System, and Assembly and training for both. Funding is a constraint; only $200,000 is available. Due to this constraint, the Government will accept equipment that is either a new or in ?like new? condition. FURNACE REQUIREMENTS: The requirement is for a batch type, horizontal, cold-wall (double wall and water cooled) front-loading high vacuum heat-treating and brazing furnace system. The minimum free work zone shall be 36 inch wide by 48 inch deep and 30 inch high with a load capability of 2500 pounds. The furnace system is to include a manual loader/unloader. Maximum temperature: 2400 degrees Fahrenheit. The furnace system must have a temperature controlling and recording system (PLC Chart Recorder). The controller must be capable of storing multiple programs consisting of multip le temperature set points of varying duration. The furnace will contain a graphite hot zone and segmented graphite heating elements. The furnace water system will be capable of connecting to a closed loop water-cooling system. The furnace will be capable of rapid backfilling or argon or nitrogen from a backfill tank. The furnace must be capable of obtaining a minimum vacuum of 10 to the minus 3 torr. The furnace pumping system must incorporate a mechanical pumping system with blower/booster along with a high vacuum diffusion pump and holding pump. The diffusion pump size is to be a minimum of 16 inches. Cooling Rate: Empty, the furnace will have a minimum cooling rate of 30 degrees F. per minute from 2000 F. to 1200 degrees F. The cooling system will have an internal heat exchanger with a minimum of 100-horse power cooling fan motor. The 100 H.P. minimum motor must incorpor ate an argon step-down transformer. The system will have a quench gas pressure of 2-Bar (14.7 psi). The system will have a gas backfill capability of Argon/Nitrogen from backfill tank. As part of the proposal submittal requirements, the vendor shall demonstrate successful conformance to AMS 2750, Pyrometry, to ensure indicated temperature of furnace is true temperature and temperature uniformity is +/- 10 degrees Fahrenheit over a temperature range of 1200 to 2000 degrees Fahrenheit. COOLING SYSTEM REQUIREMENTS: System shall be designed to continuously circulate and cool a minimum of 250 gallons per minute (GPM) of 20 to 30% ethylene glycol solution. System shall be an air-cooled, closed-loop system, sized to supply coolant to furnace at a temperature within 10?F of ambient. Components: Air-cooled heat exchanger, closed-loop pumping station, diffusion pump heat exchanger , and an emergency back-up diaphragm pump. Air-cooled heat exchanger shall be sized for the specified loads and capacity. Equipment shall be designed for outdoor installation. Closed loop pumping station shall be sized for 250 GPM (minimum) at 50 PSI (minimum). System shall include a 1500-gallon, sealed (ASME approved) reservoir tank. Diffusion pump heat exchanger shall provide auxiliary cooling of the diffusion pump during peak temperature periods. An emergency back-up, air-operated, diaphragm pump shall provide coolant circulation in the event of a loss of electrical power. The control panel shall be a NEMA 12 enclosure. The pumping station, back-up pump, and control panel shall be skid mounted for ease of installation. System shall be designed for minimal maintenance, no make-up water, and no continuous chemical treatment. All components shall be constructed of compa tible materials ensuring high corrosion protection. Documentation. System mechanical and electrical drawings, instruction manuals, installation and start-up instructions shall be provided with system. ASSEMBLY AND TRAINING REQUIREMENTS: The contractor shall provide relocation, installation, and operational training on the subject vacuum furnace. The contractor shall provide the following general services: Transport said equipment to Naval Undersea Warfare Center, Keyport, WA Unload equipment and place in Government prepared site. Install unit in the same configuration as the original location. Start-up and provide on-site training to operating and maintenance personnel. The Contractor shall supply all labor, material and equipment to: Unload truck(s), move equipment to final site, re-assemble components, align, level and anchor. All electrical assembly and interconnec ting wiring and conduit to, from and between equipment including wiring for controls, motors, and thermocouples. All piping assembly and interconnecting pipes and fittings to, from and between equipment including connections with: cooling water supply and drain, air, nitrogen, endothermic gas, and natural gas. After all installation tasks are completed, the contractor shall perform all appropriate system checkout, test and start-up. The contractor?s task shall not be considered to be complete until the equipment is operational and all task requirements stated above are satisfied. Required delivery to be within 30 days after date of contact award. FOB Destination: Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345. Inspection/Acceptance at Destination. It is anticipated that the solicitation will be issued by 21 Apr 03. The closing date of the solicitation is anticipated to be 01 May 03, unless a later date is specified in the solicitation. This requirement will be procured under FAR Part 12 commercial acquisition procedures utilizing best value evaluation of offers. This procurement is 100% Small Business Set-Aside. When issued, the RFQ will be posted on the Navy Electronic Commerce Online (NECO) web link www.neco.navy.mil. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFQ from this website and to frequently monitor the site for any amendments to the RFQ. No telephone or fax requests for the RFQ package will be accepted. An email request to powersm@kpt.nuwc.navy.mil will be accepted in the event an offeror experiences problems downloading the RFQ from the NECO website. No bidders list will be maintained by this office. No paper copies of the RFQ / amendments will be mailed. Failure to res pond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same. Note 1 applies.
 
Web Link
Keyport Acquisition (Click on Request for Proposals)
(http://http://kpt-eco.kpt.nuwc.navy.mil/index.asp)
 
Record
SN00304340-W 20030417/030415213800 (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.