Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

44 -- Vacuum Furnace

Notice Date
4/5/2006
 
Notice Type
Modification
 
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-06-T-0055
 
Response Due
4/20/2006
 
Archive Date
6/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1. This announcement replaces any prior announcement for solicitation W911QX-06-T-0055 in its entirety. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with a dditional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-06-T-0055. This acquisition is issued as a Request for Proposal. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. (iii) This acquisition is set-aside for 100% small business concerns. The associated NAICS code is 333994. 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: CLIN 0001 The contractor shall provide a Front Loading Metal Furnace System in accordance with the Statement of Work / Specifications paragraphs C.1 through C.12.6. 1 Each; CLIN 0002 The contractor shall provide installation, documentation and training in accordance with the Statement of Work / Specifications paragraphs C.13 through C.14.6. 1 Lot; CLIN 0003 The Contractor shall report in accordance with the Statement of Work, paragraph entitled, Contractor Manpower Reporting for Requesting Activity UIC W262AA in accordance with the Statement of Work / Specifications paragraph C.15. 1 Lot. (v) Description of requirements/Statement of Work: C.1.0 GENERAL DESCRIPTION C.1.1 Front Loading Metal Furnace System capable of 1200 degrees C in high vacuum, nitrogen, helium and argon; with a minimum vacuum level of 10 (ten to the negative five) torr at temperatures up to 1200 degrees C and a leak rate less than 10 (ten to the negative seven) std. cc/sec; with temperature control of plus or minus 1 degree C from 100 degrees C to 1200 degrees C; and a load cell capable of 30,000 pounds. C.2.0 PERFORMANCE C.2.1 Maximum Temperature Capability: The furnace shall have the capability to heat up to and sustain a temperature of 1200 degrees C in an atmosphere of nitrogen, argon, helium, and under vacuum. C.2.2 Usable Work Zone: no less than: 12 inches X 12 inches X 12 inches C.2.3 Atmospheres: Inert Gas and Vacuum C3.0 CHAMBER C.3.1 Chamber C.3.1.1 Stainless steel, double walled, water cooled C.3.1.2 Chamber size: minimum: 30 inches diameter X 28 inches long C.3.2 Ports C3.2.1 Minimum of Six thermocouple ports (temperature control, overtemperature control & survey) C.3.3 Chamber Access  Front and Rear C.3.3.1 Stainless steel, double walled, water cooled C.3.3.2 Full opening, hinged door C.3.3.3 One sight window port  (front) C.3.3.4 One sight window shutter port  (front) C.3.4 Sight Window C.3.4.1 Minimum size: 1/2 inches diameter C.3.4.2 Mounted in front door; aligned with centerline of the heat zone C.3.4.3 Quartz lens C.3.4.4 Manually operated shutter C.3.5 Support Frame C.3.5.1 Welded or bolted on structural steel C.4.0 HEAT ZONE C.4.1 Element C.4.1.1 Molybdenum rod, six (6) sided C.4.2 Insulation 4.2.1 Six layers  three molybdenum/three stainless steel C.4.3 Work Support 4.3.1 TZM, 12 inches X 12 inches C.5.0 CONTROL CONSOLE / POWER SUPPLY C.5.1 Floor mounted control console C.5.1.1 Minimum Size: 70 inches high X 20 inches wide X 20 inches deep Maximum Size: 80 inches high X 24 inches wide X 26 inches deep C.5.1.2 Graphically depicted system layout C.5.1.3 Main power disconnect via a lockable circuit breaker C.5.1.4 Heat zone amp/volt meters C.5.1.5 Silicon Controlled Rectifier (SCR) power controller C.5.2 The furnace shall utilize no more than 480 volts, 3 phas e, 60 hertz, 175 kV due to utility constraints at laboratory site. C.5.2.1 Mounted in separate enclosure C.5.3 Water cooled, flexible, copper power cables C.6.0 VACUUM and TEMPERATURE CONTROL INSTRUMENTATION C.6.1 Temperature Control C.6.1.1 Programmer/Controller: Eurotherm, Model 2404 or Honeywell DCP 550 (brand name or equal) C.6.1.2 Overtemperature Limiter: Eurotherm, Model 2216e or UDC 2300 (brand name or equal) C.6.2 Temperature Sensors C.6.2.1 Temperature Control Sensor C6.2.1.1 Thermocouple, molybdenum sheathed, 1/8 inches OD, hafnia insulation C.6.2.2 Overtemperature Control Sensor C6.2.2.1 Thermocouple, molybdenum sheathed, 1/8 inches OD, hafnia insulation C6.3 Sequence Controller C.6.3.1 One Programmable Logic Controller (PLC) C.6.4 Vacuum Controller .C6.4.1 One (1) ion gauge C.6.4.2 Two (2) thermocouple gauges and cables C.6.5 Data Acquisition C6.5.1 Chart Recorder C7.0 WATER COOLING SYSTEM C.7.1 Four to eight inlet/outlet water distribution manifold C.7.2 Individual, manually operated ball valve control on each water circuit C.7.3 One paddle wheel flow switch/controlled master water circuit protection C.7.4 In-Line strainer C.7.5 Pressure gauge in water line C.8.0 EVACUATION/PURGE SYSTEM (Roughing Pump) C.8.1 Roughing Pump C.8.1.1 Minimum: 250 l/m pumping speed C.8.1.2 Vacuum manifold as required C.8.1.3 Manual leak check/air release valve in foreline C.9.0 VACUUM SYSTEM (High Vacuum System) C.9.1 Turbo Pump C.9.2 Electro-pneumatically operated vacuum valves C.9.3 Graphically depicted system layout shown on front of control enclosure C.10.0 NONCOMBUSTIBLE GAS SYSTEM C.10.1 One solenoid operated inlet valve C.10.2 One flowmeter C.10.3 One 2 PSIG Relief Valve C.11.0 ELECTRICAL SYSTEM COMPONENTS and SAFETY INTERLOCKS C.11.1 Main power disconnect via a lockable circuit breaker C.11.2 All motors protected from overload with thermal devices C.11.3 Protective electric isolation covers provided wherever necessary C.11.4 All vacuum valves normally closed C.11.5 One set of spare fuses C.12.0 HYDRAULIC PRESSING SYSTEM C.12.1 Bellows C.12.2 Top mounted, hydraulic cylinder (minimum 2.0 inches bore, maximum 4.0 inches bore) C.12.3 Hydraulic Power Pack C.12.4 Servo Valve Control C.12.5 Load Cell  30,000 LB (minimum) C.12.6 Top (movable) and bottom (fixed) Compression Rods C.13.0 DOCUMENTATION and MISCELLANEOUS C.13.1 Two sets of operating/maintenance manuals that shall incorporate all the drawings and schematics necessary to install, service, and maintain the equipment. C.14.0 TESTING, INSTALLATION and TRAINING C.14.1 The manufacturer shall test the furnace prior to packing at the manufacturers site. The furnace shall be tested for ability to hold a high vacuum, ability to reach and sustain 1200 degrees C, ability to hold a load of 30,000 pounds, and ensure t he operation of all interlocks and controls. C.14.2 The contractor shall place the equipment in the location designated by the POC and connect all the electrical and plumbing required. High power extensions and any other materials needed to complete this installation shall be the responsibility of the contractor. C.14.3 The contractor shall operate the furnace to meet the performance specifications. The vacuum shall be checked to see if a vacuum of 10 (ten to the negative six) torr can be sustained. The furnace shall be heated to 1200 degrees C and held for thr ee hours in argon. The furnace shall also be heated in vacuum to 1200 degrees C. The furnace shall be observed post heating to look for damage caused by oxygen contamination due to leaks in the seals or damage to the vacuum system. C.14.4 The interlocks for cooling water and temperature sensor faults shall be tested for prop er operation. C.14.5 The unit shall include an industry standard (1) year parts and labor warranty. C.14.6 The contractor shall provide training for up to 4 U.S. Army Research Laboratory personnel on the proper operation of the furnace including operation of the controllers and cooling system at APG. C.15 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 manpower) required for performance o f 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) Contracting Office, Contracting Offic er, 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 email address identify of contra ctor 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-contractors); (8) Predominant Federal Ser vice 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 Identification Code (UIC) for the Army Re quiring 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 (specified by zip code in the Unite d 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-contractor employees deployed in thea ter this reporting period (by country). As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall 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 for mat 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 downloaded from the web site. (vi) Delivery is required by 15 September 2006. Delivery shall be made to the Army Research Laboratory, Aberdeen Proving Grounds, APG MD 21005-5001. Acceptance shall be performed by an authorized Government Representative at the Government site. The F OB 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 requirements of the Statement of Work/Specifications as described in paragraph (v) above; 2) Past Performance. All offerors are to provide at documented history of providing similar systems. Submit the company name of the manufacturer and provide a point of contact and telephone number: and 3) Total Price for each line item. (b) Offerors are required to submit technical information. (i) Technical Information, means clear and convincing evidence that the product(s) offered meet fully the specifications contained in paragraph (v) above (e.g., cuts, illustrations, specifications, drawings, etc.). This information is required to establish, for the purpose of evaluation and award, details of the product(s) offered, and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technic al acceptability of the offered product. It does not include other information such as that used in determining the responsibility of an offeror or for operating or maintaining equipment. (ii) Technical Information must be (1) identified to show the item (s) of the offer to which it applies and (2) received by the time specified in this solicitation for receipt of proposals. (c) Failure of Technical Information to show that the product(s) offered conforms to the requirements of this solicitation may res ult in the proposal being determined unacceptable. (d) Failure to submit Technical Information as required above may result in the proposal receiving no further consideration. (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. (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, 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.2 22-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418. (xiv) The following notes apply to this announcement: Note 1. (xv) Offers are due on 20 April 2006, by 10:00 am, Eastern Standard Time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-APR-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01022735-W 20060408/060406222045 (fbodaily.com)
 
Source
FedBizOpps 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.