Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

44 -- FURNACE

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
333994 — Industrial Process Furnace and Oven 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-0163
 
Response Due
8/28/2005
 
Archive Date
10/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. All clauses contained herein, except where specified otherwise, can be viewed at either of the following web addresses: http://www.arnet.gov/far/loadmainre.html (FAR Only) http://farsite.hill.af.mil/ (FAR and DFARs) http://www.arl.army.mil/contracts/RepsCerts.doc (Additional Clauses not found above; also, copy of the Representations and Certifications) (ii) The solicitation number is W911QX-05-T-0163. This acquisition is issued as an request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. (iv) This acquisition is set-aside for small businesses. The associated NAICS code is 333994. The small business size standard is 500 people. (v) 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 FURNACE (PER SPECIFICATIONS BELOW) QTY 1 LUMP SUM CLIN 0002 CONTRACT MANPOWER REPORTING QTY 1 LUMP SUM CLIN 0003 SHIPPING QTY 1 LUMP SUM (vi) Description of requirements: NOTE: DUE TO SOFTWARE FORMATTING, THE FOLLOWING SPECIFICATIONS WILL LIKELY BE DIFFICULT TO READ. PLEASE CONTACT KEITH BLEVINS AT (301) 394-1088, OR EMAIL kblevins@arl.army.mil FOR AN ELECTRONIC OR FAXED COPY OF THE SPECIFICATIONS (COPIES OF THE SPECIFICAT IONS WILL NOT BE MAILED) FURNACE SPECIFICATIONS 1. Usable Work Zone: 36 Wide X 30 High X 48 Deep (914mm x 762mm x 1219mm) 2. Load Weight Maximum: 1500 pounds (680 kg) (evenly distributed) 3. Front Loading 4. Rigid graphite insulation 5. Graphite heating elements 6. 304L stainless steel chamber 7. Front and rear doors 8. Operating Temperature: 2200?C (3 992?F) high vacuum, 1800?C (3272?F) in hydrogen. Maximum Temperature: 2250?C (4082?F) high vacuum. Temperature Uniformity of Usable Work Zone: +1- 15?C @ 1000?C vacuum Factory testing verification at 1000?C in vacuum). 9. Working Vacuum Level: 10-5 Torr range (at 1350 ?C). 10. Ultimate Vacuum Level: 5 x 10-6 Torr. (Clean, empty, dry, room temperature and outgassed furnace.) 11. Vacuum Leak-Up Rate: Less than 5.0 Micron/Hour (Performed in a clean, empty, dry, room temperature and outgassed furnace.) 12. Vacuum overpressure condition interlock is provided. 13. Safety purge of inert gas, and warning, if the igniter fails to re-ignite. 14. Furnace must reach maximum temperature with 440 volts 500 amps TEMPERATURE REQUIREMENTS: 1. Temperature Uniformity of Usable Work Zone: +1- 15?C @ 1000?C vacuum. 2. Working Vacuum Level: Torr range (at 1350 ?C). 3. Ultimate Vacuum Level: 5 x 10-6 Torr. (Clean, empty, dry, room temperature and outgassed furnace). 4. Vacuum Leak-Up Rate: Less than 5.0 Micron Hour (Performed in a clean, empty, dry, room temperature and outgassed furnace). 5. The contractor shall ensure that the Furnace completes a furnace cycle in either inert gas atmosphere, vacuum or hydrogen Must maintain vacuum of 10 -6 torr at temperature and during ramp up of temperature. Process Gases Used: a. Nitrogen (up to 5 PSIG) b. Argon (up to 5 PSIG) c. Hydrogen (up to 2 PSIG). CHAMBER ASSEMBLY REQUIREMENTS: 1. Front loading chamber constructed of grade 304L stainless steel. The contractor shall ensure that the stainless body and flanges is welded to provide a corrosion resistant chamber completely leak tested. 2. The contractor shall ensure that the chamber walls are constructed with double-wall baffled design to provide cooling for the chamber and doors with a smooth vacuum surface interior finish. 3. The contractor shall ensure that the front and rear doors are hinged to open at a minimum of 120?. The furnace shall have a safety interlock feature that prevents opening the door when in a hydrogen atmosphere. 4. The contractor shall ensure that the doors and main vacuum pump port seals are double 0-ring sealed with roughing pump vacuum evacuation of the space between the two 0-rings for positive sealing. 5. The contractor shall ensure that the principle seals are Viton 0-rings. The contractor shall ensure that the front and rear door 0-rings are 1/4 diameter cross section. 6. The contractor shall ensure that the furnace includes a survey thermocouple ports for twelve (12) type C thermocouples. 7. The contractor shall ensure that the furnace includes a ceramic terminal strip mounted between the chamber wall and the hot zone. 8. The contractor shall ensure that the furnace includes a control and over-temperature thermocouple mounted in separate ports. 9. The contractor shall ensure that the furnace includes a detachable furnace access ladder. HOT ZONE COMPONENTS: 1. Usable Work Zone: 36 Wide X 30 High X 48 Deep (914mm x 762mm x 1219mm). Graphite machined tube and rail elements surround the workload on all sides. 2. Rigid fibrous graphite panels surround the heat zone. 3. Graphite Hearth Plate is supplied to support the workload. 4. Graphite heating elements. POWER SUPPLY: The contractor shall ensure that ammeters and voltmeters to monitor every leg of each hot zone are provided. VACUUM SYSTEM: 1. Diffusion Pump (50,000 liters/second (air) pumping speed). 2. Mechanical Booster pumping system with gas ballast and water miser accessory (6 12/300 CFM pumping speed). 3. Roughing Pump (23 CFM pumping speed). 4. One (1) electro-pneumatically operated high vacuum valve. Stainless steel construction with bellows shaft seal, includes roughing port. 5. One (1) electro-pneumatically operated, stainless steel roughing valve, 6 right angle/metal seal flange. 6. One (1) electro-pneumatically operated, stainless steel foreline valve, 6 right angle/O-ring flange seals. 7. One (1) Electro-pneumatically operated stainless steel holding valve, 1 -1/2 right angle/O-ring seal flange. 8. Chamber release valve, roughing pump release valve, holding pump release valve, etc?. 9. One (1) stainless steel bellows on roughing pump. 10. Additional plugged ports located between valves and pumps for leak checking. 11. Vacuum manifold is of stainless steel construction. 12. Air manifold system used to operate pneumatic valves. PROCESS GAS SYSTEM(S) : 1. The contractor shall ensure that the system has the ability to run under vacuum, inert gas, and hydrogen atmospheres. 2. Complete fully automatic controlled hydrogen and safety system includes larger power supply due to increase power needs caused by hydrogen operation. Including: Combustion tower with unistrut support for stability; current sensor; redundant igniters; s afety interlocks; and, two (2) 10 spring loaded pressure relief ports (set approximately 10pounds per square inch gage) located on the 35 chamber vacuum pumping elbow. 3. Process gas panel includes dual (normal flow and fast backfill) solenoid valves, and flow control valves for the hydrogen and inert purge gas circuits. Shall also include a multiple pressure switch manifold that provides the programmable logic control ler with required safety interlock set points. (All hydrogen related equipment electrical items are rated as explosion proof.) 4. Mass flow gas controller system for up to 300 cubic feet per minute hydrogen flow. 5. Process gas (hydrogen) burn off outlet circuit tube to tube stainless steel heat exchanger with Normally open solenoid valve is provided in chamber gas outlet relief line to assure vacuum leak tight integrity of system during vacuum operation. WATER SYSTEM: 1. Water inlet manifold, multiple flow switches. 2. Separate water manifolds for supply and d rainage. 3. Manual valves for controlling all water circuits. 4. Flow switches on each circuit CONTROLS & INSTRUMENTATION: 1. Furnace Control Function: Controls are provided for the pumping system and heat zone contactors. Contractor shall ensure that the furnace is equipped with ammeters and voltmeters for the heat zone. 2. Valve Control Function: Provides an automatic pump down method for control of the electro-pneumatically operated foreline, roughing, holding, and high vacuum valves. Indicator lights provide valve position information. The switches are cascaded to pr event operation of the valves out of proper sequence. 3. Auto Control Function: Allows furnace operation in a fully automatic or manual mode. . Furnace controls are all centralized on front of cabinet. 4. Over-Temperature Indicator-Controller. Eurotherm Model 2704 High Performance Controller/Programmer(with one temperature thermocouple and one optical pyrometer inputs, up to 50 programs, 500 segments, Mod- Buss communications and 8 program event outputs, 5. Control panel with graphics display and alarm indicator lights. One (1) Type C (W5% / W26%-Rhenium) control thermocouple, 1/8 inch diameter molybdenum sheathed by length. 6. One (1) automatic thermocouple retraction device. 7. Four zone trim control panel with signal conditioners and manual operation trim potentiometers including: Pyrometer, dual color with 1000 ?C to 2500 ?C range; and,. One (1) Type C (W5% / W26%-Rhenium) over-temperature detection thermocouple, 1/8 inch diameter molybdenum sheathed by length. Embedded in heat shields for safe indirect (approximately 1700?C actual exposure temperature) over-temperature limiting sensor w hen furnace heat zone is operating at maximum rated temperature (not sure that this is a complete sentence). 8. One (1) digital-ionization gauge, bar graph display option.lxlO1 to 1x109 torr range with digital readout, four (4) thermocouple gauges, adjustable setpoints (two) for thermocouple gauge. 9. The contractor shall ensure that the ion gauge is a nude type and metal sealed. The four thermocouple gauge tubes are for the chamber roughing line, holding line, and the foreline. OTHER REQUIREMENTS: 1. The contractor shall ensure that the furnace supplied is fully assembled and tested at the factory. An ARL representative will observe the test and results. 2. The contractor shall ensure that complete detailed specifications are provided for every specific item. 3. The contractor shall deliver, and install the furnace to ARL Building 4600, Lab. The contractor shall provide all electrical, mechanical rigging, and plumbing services to set furnace in place and hook up furnace. The contractor shall demonstrate the fur nace functionality prior to Government acceptance. The contractor shall provide a one-day training session covering the use and maintenance of the furnace at the Governments site. GOVERNMENT PROVIDED UTILITIES/LIMITATION REQUIREMENTS : 480 volt, 3 phase, 60 Hz, 410 kiloVoltAmperes (kVA) power. Single point connection to systems disconnecting device. 86 gallons per minute (gpm) (with 30 pounds per square inch (psi) maximum differential pressure, inlet to outlet) water at 70?F maximum (based on temperature rise of 35?F (19?C)) at 50 PSIG. Foot print shall not exceed: Main furnace system, 27 feet wide x 12 feet deep (does not include space for door swings). Control console, 5-3/4 feet wide x 2-1/4 feet deep (does not include space for door swings). Furnace system overall height = 14-1/2 fee t. External venting of all exhausts systems should be considered to comply with applicable codes. All furnace components shipped must be able to fit through a 71 wide x 93 high door. (vii) Delivery is required by 10 March 2006. Delivery shall be made to Aberdeen Proving Grounds, APG, MD 21005-5001. Acceptance shall be performed at Aberdeen provin g Grounds, APG, MD 21005-5001. The FOB point is Aberdeen Proving Grounds, APG, MD 21005-5001. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: A. Prior Performance  Contractor must provide references and/or documentation of performing prior contracts of a similar nature. B. Technical Capability  Proposal will be evaluated to ensure it meets the requirements as stated in this combined synopsis/solicitation. C. Price Note: Technical and past performance, when combined, are significantly more important than 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 cla uses 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 Defe nse 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, 252.225-7001, 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) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NOT RATED. (xv) The following notes apply to this announcement: Note 1. (xvi) Offers are due on 26 August 2005, by 11:59 PM, by submission to Keith Blevins at FAX (301) 394-3184, at Email kblevins@arl.army.mil. (xvii) For information regarding this solicitation, please contact Keith Blevins, (301) 394-1088, kblevins@arl.army.mil. (xviii) A SITE VISIT HAS BEEN ESTABLISHED FOR 08:30 AM ON THURSDAY, 04 AUGUST 2005 AT ABERDEEN PROVING GROUNDS, MARYLAND. IF INTERESTED IN ATTENDING, PLEASE CONTACT KEITH BLEVINS FOR ADDITIONAL INFORMATION. (FOR THOSE DESIRING TO SUPPLY A QUOTE, A SITE VISIT IS HIGHLY RECOMMENDED DUE TO PHYSICAL LIMITATIONS OF THE JOB SITE.)
 
Place of Performance
Address: US Army Research Laboratory - APG Aberdeen Proving Ground APG MD
Zip Code: 21005-5001
Country: US
 
Record
SN00856987-W 20050730/050728212510 (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.