Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

N -- Spark Plasma Sintering System

Notice Date
8/3/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-07-T-0106
 
Response Due
8/16/2007
 
Archive Date
9/15/2007
 
Description
This is a combined synopsis/solicitation notice 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; quotations are being requested and a written solicitation will not be issued. This Solicitation is an RFQ and the solicitation number is W15QKN-07-T-0106. The US Army JM&L LCMC intends to award a purchase order for CLIN 0001, Spark Plasma Sintering System. The SPS system shall be capable of a pressing force of 1250kN and a piston stroke of up to 150 mm at a speed of 2 mm/sec. The system shall allow the processing of components up to 200 mm in diameter at an operating temperature of nearly 2400C under various atmospheres. The Spark Plasma Sintering Kit shall consist of the following: 1. Basic instrument: ??? SPS System HP D 125 ??? Pressing Frame with Supports for Furnace & Hydraulic Cylinder for 1250 kN ??? Vacuum Tight Furnace ??? Pressing Cylinder with Continuous Piston ??? Water Cooled Upper Punch & Lower Die as well as Power Electronics ??? Cooling Water Distribution & Control System ??? Vacuum Pump with Dust & Oil Separator ??? Relative Pressure Transducer ??? Absolute Pressure Transducer foe Vacuum & High Pressure ??? Hydraulic System with Pressure Transducers ??? Upper Punch Displacement Electronic Control & Display ??? Powder Supply ??? Axial Pyrometer and Thermocouples ??? Process & Data Control System ??? Three Die Sets ??? Standard Spare Parts Package 2. Options: ??? Cooling Water System to Supply 8 Cubic Meters per Hour ??? Hydrogen Processing System ??? Extra Die Sets 3. Training: The contractor shall provide hands-on training for up to ten working days. The cost of training shall be included in the price of the SPS system. The training shall follow immediately after the acceptance protocol at a mutually suitable location. 4. Manuals: The contractor shall provide a documentation CD in English language along with a full set of step-by-step operating procedure in hardcopy format for all hardware, software, and accessories during training, installation and commissioning. 5. Service: The contractor shall provide an annual equipment service for a period of three years from the date of commissioning. The duration of one service call shall not exceed five working days. The cost of service excluding the cost of worn spare parts shall be included in the price of the SPS system. For minor technical or operational problems with the system, the contractor shall provide a telephone/e-mail support and response within twenty four hours. In case of the furnace being rendered inoperable due to a fault or part failure, the contractor shall arrange a cost free maintenance visit within seven days of fault being reported. PERIOD OF PERFORMANCE: Delivery shall be 9 months after contract award. Deliver to: US Army, ARDEC Attn. Deepak Kapoor, Picatinny Arsenal, NJ 07806 USA This is a competitive acquisition using the authority of FAR 12.6. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision, or contract clause, may be accessed at http://procnet.pica.army.mil. Select Local Link to access ARDEC clauses. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://procnet.pica.army.mil . The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial, applies to this acquisition. 52.212-2 EVALUATION???COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Performance: ARDEC is looking for a versatile Spark Plasma Sintering (SPS) System to process ceramics, metals, cermets, nanomaterials, functionally graded materials, and composites to full density and ultrafine microstructure. The system shall allow fabrication of components up to 200 mm in diameter at a minimum pressing force of 1000 kN and at a maximum temperature of 2400 ??C. The SPS system shall be capable of heating rates up to 500 K/min with maximum pulse flexibility. The system shall also operate under vacuum, inert, and reducing atmospheres. If needed, powder sample shall be provided to potential bidders to demonstrate system capabilities. Requests for powders may be sent to stephanie.resch@ pica.army.mil, 973-724-5561. Ease of Operation: Dies and punches should be easy to install. The system shall allow quick transition between vacuum and other process environments. The process control and analysis software must be easy to use and straight forward. The system controls must also be easy to use and straight forward. Step-by-step operation and software manuals for the SPS system and all applicable attachments must be included. Maintenance: The system shall require little regular maintenance and shall be operational greater than 90% of the time. At least a one-year warranty must be included that shall cover all hardware and software including any computers. The vendor shall make multiple visits during the warranty period to perform preventative maintenance inspections of the equipment and perform any required repair and adjustments. Training: The contractor shall provide several days (no less than five working days) of in-depth operation and applications training for the SPS system, each attachment and all applicable software modules. This training should be geared to ARDEC specific applications. The training shall follow immediately after the acceptance protocol at a mutually suitable location. The cost of training shall be included in the price of the system. Service: The contractor shall provide an annual equipment service and technical support for a period of three years from the date of commissioning. The cost of service excluding worn spare parts shall be included in the cost of the SPS system. For minor technical or operational problems with the SPS system, the contractor shall provide a telephone/e-mail support and response within twenty four hours. In case of the furnace being inoperable due to a fault or part failure, the contractor shall arrange a cost free maintenance visit within seven days of fault being reported. Cost: If all other factors are determined to be equal between multiple vendors then cost will be used as the final determining factor. For evaluation purposes, the relative order of non-cost factors is as follows: Technical performance is the most important criteria. Ease of operation is significantly less important than technical, maintenance is significantly less important than ease of operation, training is significantly less important than maintenance, and service is significantly less important than training. The award will be made based on the best overall (i.e. best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the non-cost factors and price. The Government will weight any increase to technical rating against any additional price to determine if parity of the relationships warrant the paying of additional price for the higher rating. However, price may become more signifigant in the event of rating competing proposals are closely grouped. The following adjectival ratings shall apply to all non-cost factors: Blue (Outstanding) A proposal that satisfies all of the Government???s requirement with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses with an overall low degree of the risk in meeting the Government???s requirements. Green (Good) A proposal that satisfies all of the Government???s requirements wit adequate detail too indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government???s requirements. Yellow (Acceptable) A proposal that satisfies all if the Government???s requirements with minimal detail to indicate feasibility of approach and shows a minimal understanding of the problems, with a moderate to high degree in meeting the Governments requirements. Orange (Marginal) A proposal that satisfies all of the Government???s requirements with minimum detail to indicate the feasibility of the approach and shows a minimal understanding of the problem with and overall high degree of risk in meeting the Government???s requirements. Red (Unsatisfactory) A proposal that contains a major error(s) of deficiency (s) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet the requirements of involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of proposal. The relative importance of the non-cost factors is significantly more important than cost. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer???s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The clause at FAR 52.212-3 Alternate I, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items with their offers. The clause at FAR 52.212-4, Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statute or Executive Orders ??? Commercial Items (Deviation) (Mar 2007) applies to this acquisition. The clause at DFAR clause 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 following additional clauses cited in the above referenced clause shall apply to this acquisition: 252.232-7003 Electronic Submission of Payment Requests The following additional FAR clauses also apply to to this acquisition: 52.246-2 Inspection of Supplies---Fixed Price 52.246-4 Inspection of Services--Fixed Price The following Local ARDEC clauses also apply to this acquisition: ARDEC 31 Government Procurement Quality Assurance Actions Inspection will be at: [] Plant [X] Destination ARDEC 30 Acceptance [] Will be at contactors plant [X] Will be at destination The Government contemplates award of a Firm Fixed Price contract resulting from this Solicitation. Quotations for CLIN 0001, including part number, delivery, and warranty, are due by 4PM EDT August 16, 2007. Quotes should be sent via email to stephanie.resch@pica.army.mil. For information regarding this solicitation, contact Stephanie Resch, Contract specialist, at (973) 724 -5561 stephanie.resch@pica.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-07-T-0106)
 
Record
SN01361809-W 20070805/070803222248 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.