Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

66 -- Vacuum Chamber Control Upgrade

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N0017304RRS05
 
Response Due
4/9/2004
 
Archive Date
3/8/2005
 
Point of Contact
Richard Sewell, Contract Specialist, Phone 228-688-4571, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-04-R-RS05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-19 and DFARS Change Notice 20040113. The associated NAICS code is 332313 and the small business size standard is 500 employees. The Spacecraft Engineering Department of the Naval Research Laboratory has a requirement for the supplies and services necessary (a) to replace control systems for three vacuum chambers and their shrouds with new computer-controlled systems, and (b) to properly plumb and wire the three systems. The Government also wishes to acquire an option for installation of a separate thermal conditioning unit for the South chamber, which is described in greater detail below. BACKGROUND: The Design, Test and Processing Branch conduct thermal vacuum testing for satellites and spacecraft components in the Payload Checkout Facility (PCF). The branch operates three large thermal vacuum chambers which can simulate both the vacuum environment of space as well as the thermal cycling that occurs as the satellites orbit the earth. The largest chamber, referred to as Big Blue, is 16 feet in diameter x 30 feet in length. The chamber is pumped by two CVI TM900 cryopumps. Roughing is by two blowers and a stokes dry pump. This chamber has a shroud that is divided into five zones, each zone having its own circulator. Zone one is shared with the South chamber. The two smaller chambers are 7 feet in diameter x 8 feet tall. These chambers are referred to as the North and South chambers. The North chamber is pumped by a Liebold Number RPK 60000 cryopump. Roughing is by a Stokes CD 250. The shroud is controlled by a PSI TCU-1000, which has recently been upgraded with a PROCIDIA controller and a Siemens touch screen. The South chamber is pumped by an NBC diffusion pump. Roughing is by either of two pairs of Stokes microvac pumps. The shroud is controlled by the Zone One Circulator, which is shared with Big Blue. REQUIREMENTS: The objective of this work is to replace the control systems for three vacuum chambers and their shrouds with new computer controlled systems and to properly plumb and wire the three systems. The required systems shall control roughing and hivacuum operation of the chambers as well as regeneration of the cryo-pumps. The required systems shall operate all valves and must display all vacuum performance parameters such as roughing line vacuum, cryo pump vacuum, chamber vacuum, and all other parameters necessary to insure the proper operation of the systems. The required systems shall control the GN2 conditioning for the shrouds in each chamber. Temperature and ramp rate shall be controlled and monitored for the shrouds. The following requirements are also applicable: A) The control system shall be turn key. B) The control system shall use IBM compatible computers running Microsoft Windows XP professional or the equivalent current operating system from Microsoft. C) Uninterruptible power supplies shall be provided for all controls. D) If power or air pressure is interrupted, valves and other controls shall fail in a safe condition. E) In case of failure of any system the chamber shall shut down safely. F) The controls for the acoustic chamber shall be relocated next to the vaporizer in the pump room. G) All old plumbing, wiring and control panels shall be removed by the contractor. H) Each chamber shall have its own station that displays the status of all systems. The display shall have a graphic representation of the vacuum system and show status of all components including but not limited to: water pressure, water flow, water temperature, nitrogen pressure, nitrogen flow, valve positions, and status of pumps, pressure in chambers and pressure in all sections of roughing lines. I) The control stations shall have a work surface nominally 18 inches deep and the proper height for a keyboard. An electronics rack with a pull out shelf will not be considered satisfactory. J) Each control shall have a backup and turn control over to the backup without interruption should the main control fail. K) The controls shall provide data logging of all parameters. L) The controls for Big Blue shall be wired and programmed so that a third cryo may be installed in the future. M) The shroud controls shall allow the user to enter target temperature and ramp rate. The control shall also allow programming of multiple thermal cycles with temperatures, ramp rates and dwell times. The control shall use multiple type T thermal couples on each shroud. The temperature of the shroud shall be controlled by leading thermocouple or by the average of all the thermocouples. The control shall be able to drop any thermocouple that is out of character with the other thermocouples on that shroud. The operator shall have the option of controlling the five zones in Big Blue individually or as one shroud. N) A blower bypass and valving shall be plumbed into the roughing line for Big Blue. O) The roughing systems for the North chamber and Big Blue shall be connected so either or both pumping systems may be used to pump either chamber. P) All redundant valves and extraneous piping shall be removed from the roughing systems. Q) The roughing system for the North chamber shall be disconnected from the Stokes microvac pumps and all piping removed. R) The shrouds on the South chamber shall be reconnected to zone one of Big Blue. The controls shall isolate the shroud that is not being used. Unless the option for installation of a separate thermal conditioning unit for the south chamber is exercised, proper interlocks shall not allow thermal conditioning to both chambers at once. S) The shrouds on Big Blue and the South chamber shall not be flooded with LN2. T) All solenoids and i/p for Big Blue shall be replaced with current commonly available components. U) The roughing lines for Big Blue and the North chamber shall have valves and vent lines installed to prevent the blowers and pumps from running backwards when shut down. V) The LN2 tank controls and switches shall be moved to the control area. W) The Contractor shall supply five (5) hard copies of AS-INSTALLED drawings as well as a cad file of each drawing. X) The Contractor shall provide five (5) hardcopy operating manuals and one electronic version. Y) The Contractor shall provide vendor manuals for all components. Z) The Contractor shall submit all drawings to the NRL Contracting Officer’s Representative (COR) for approval. AA) The Contractor shall submit an acceptance test plan for approval by the NRL COR prior to deliver of the equipment. The test procedure shall be written to insure that all requirements are met by the delivered system. The acceptance test shall be performed by the vendor at the Naval Research Lab with NRL personnel on hand to witness the test and learn operation of the system. Delivery and acceptance is at NRL, 4555 Overlook Ave., S.W., Washington, DC 20375-5320, FOB Destination. Delivery shall be no later than 210 days from date of award. The Contractor’s proposal shall also include the following administrative information, if available: DUNS Number, CAGE Code, and TIN Number. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (a) technical capability of the items offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE IDENTIFIED AS B AND AVAILABLE ELECTRONICALLY AT : HTTP://HERON.NRL.NAVY.MIL/CONTRACTS/REPS&CERTS.HTM The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: . The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, .The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and three (3) copies of the offerors proposal shall be received on or before the response date noted above, 3:30 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/Code3235/N0017304RRS05/listing.html)
 
Place of Performance
Address: NRL AND CONTRACTOR FACILITY
 
Record
SN00540979-F 20040311/040309230826 (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.