Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

34 -- Laser Welding System

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0071
 
Response Due
4/4/2005
 
Archive Date
6/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
1. 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 included in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-05-T-0071. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is set-aside for 100% small business concerns. The associated NAICS code is 333992. The small business size standard is 500. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Laser Welding System, Qty: 1, each, CLIN 0002 Contractor Manpower Reporting, Qty: 1 Lot. (v) Description of requirements: Governments Intended Usage, Contractor Requirements and General description of system capabilities: The Army Research Laboratory (ARL) Electrochemistry branch requires a turn-key laser welding system to be used for the low-rate (not more than 50 individu al welds per day) production of specialty lithium batteries. This production rate is provided, along with dimensional information below, to aid prospective Offerors in proposing a laser system with suitable power capability. The system will be used in a dry room, with relative humidity levels maintained at 1% or less. The Contractor shall be responsible for the total integration, installation (except for any necessary modifications to the power outlet/junction box configuration at the location where the system will be installed, which will be accomplished by Government personnel once the power requirements and plug configuration are known - however no connection to the building water or waste-water supply is available), and functional verification of all components of the system at ARL, to include sole responsibility for ensuring proper functioning of the equipment during the warranty period. The site where the welding system is to be installed has a source of 480 volt AC power. The predominant type of welding to be accomplished will be hermetic seam welding of circular butt joints, with some lap joint welding. Battery case materials will be 304L and 316L stainless steel (SS), and aluminum. Dimensional information for the battery cases is provided below. System Physical size: Components must fit through a doorway that is 58 inches wide x 85 inches tall. Salient Characteristics: The Contractor shall provide a laser welding system meeting the following minimum specifications: A laser source pulsed Nd:YAG type with an automated method of dynamic pulse feedback in the laser control system, to enhance pulse-to-pulse stability and weld consistency, and the ability to ramp power at the start and end of the weld process and generate a variety of pulse shapes. The system shall produce hermetic seam welds of circular butt joints on SS cases ranging in diameter from 0.180 to 4.0 inches; however, the greatest percentage of parts will have diameters of 1.5 inches or less. Component wall thicknesses for the butt wel ds will range from 0.005 inch to 0.045 inch. The system shall also produce hermetic seam welding of circular butt joints on aluminum components with wall thicknesses ranging from 0.020 to 0.040 inch. The system shall produce lap joint welds, such as spot- welding 0.003-0.005 inch nickel tabs to 0.010 inch SS battery cases, and hermetic welding of a 0.015-0.020 inch thick SS cover to a 0.060 inch thick SS plate. A Center for Device Radiation Hazards (CDRH) Class I eye-safe enclosure with safety interlocks on the access door to include interior lighting and an internal 120-volt alternating current (AC) power strip and a means of delivering c over gas to the weld zone. A software-controlled motion system to include motor-driven motion in the X-Y plane (at least nine (9) inches in each direction), motor-driven rotary motion and manual motion of at least five (5) inches along the z-axis A computer, through graphical interface, shall control both the welding parameters and the motion system. Control software shall store a minimum of ten (10) unique weld schedules. A focus head that incorporates an on-axis closed-circuit television (CCTV) viewing system, with cross-hair, for verification of the programmed weld path and the generation of non-circular or other unique weld paths. Acceptance/Training: The Contractor shall confirm that the equipment is fully operational, after installation of the system, by establishing baseline weld schedules for closure welds on two (2) different battery case designs, and successfully welding at l east six (6) samples of each, using components, from production battery programs, provided as Government Furnished Material.. The Contractor shall train up to four (4 ) ARL employees in the basic operation of the system, emphasizing personnel safety and h ow to minimize damage to or unnecessary degradation of the system through improper operation. Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manp ower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil . The required information includes: (1) Contra cting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task order and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number e mail address identify of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractor s); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identifica tion Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (spe cified by zip code in the United States and nearest city, country, when in an overseas location using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contra ctor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be do wnloaded from the web site. (vi) Delivery is required by 1 Aug 05 and assembly, functional verification and training of ARL employees accomplished by 19 Aug 05. Del ivery shall be made to the Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197. Acceptance shall be performed at ARL, Adelphi, MD by an authorized Government Representative. The FOB point is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific best value evaluation criteria to be included in paragraph (a) of that provision are as follows: 1) The ability of the proposed product to meet the salient characteristics as described in paragraph (v) above; 2) Past Performance. All offerors are to provide at documented history of providing similar systems to manufacturers of speciality (medical and/or military) battery manufacturers. Sub mit the company name of the manufacturer and provide a point of contact and telephone number: and 3) Total Price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. These clau ses can be obtained at http://www.arl.army.mil/contracts/opport.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defen se Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 2 52.225-7001, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400. (xiv) The following notes apply to this announcement: Note 1. (xv) Offers are due on 4 Apr 05, by 3:00 pm, Eastern Standard time, via email to cwinkler@arl.army.mil. For information regarding this solicitation, please contact Christi L. Winkler, Contract Specialist, 301-394-3385, cwinkler@arl.army.mil.
 
Place of Performance
Address: RDECOM Army Research Laboratory 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00770031-W 20050318/050316212138 (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.