Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

44 -- Front End Loading Tube furnace

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07R0028
 
Response Due
9/12/2007
 
Archive Date
11/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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; propos als are being requested and a written solicitation will not be issued. (ii) This acquisition is issued as a Request for Proposal (RFP). The solicitation number is W911QX-06-R-0028. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 05-18). (iv) This requirement is 100 per cent set-aside for small businesses. The associated North America Industry Classification System (NAICS) Code is 333994 and the Business Size Standard is 500 employees. (v) The following is a list of contract line item numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 Front End Loading Tube Furnace 1 Each (vi) Description of requirements: The Army Research Laboratory, Aberdeen Proving Ground, MD has a requirement for a Front End Loading Tube Furnace in accordance with the following salient characteristics: One Each(1) End Loading (Tube) Furnace System fo r vacuum and inert atmospheres factory assembled and tested prior to shipment. At a minimum the furnace shall meet the following performance standards: The furnace shall have a Maximum Operating Temperature of 2200 degrees C. The furnace shall have a Us able Work Zone: 4.0 inches (100 mm) ? x 6 inches (150 mm) deep. The furnace shall have a Temperature Uniformity of plus/minus 5 degrees C within usable work zone at an equilibrium above 1200 degrees C. The furnace shall meet the following atmospheres: (1 ) Vacuum: 1.33 x 10-6 mbar (1.0 x 10-6 Torr); clean, dry and empty chamber; (2) Process Gas Argon less than 2 PPM oxygen, up to 2 PSIG chamber pressure; and (3) Leak Rate: less than 1X10-9 STD CC/S Helium. The furnace chamber shall: Be stainless steel w ith double walled, water cooled configuration. The contractor shall ensure that all vacuum seals use Viton o-rings. The furnace ports shall include the following: One (1) thermocouple port (for temperature control); One (1) thermocouple gauge port; One (1) gas inlet port; One (1) gas outlet port and One (1) thermocouple port (for over-temperature control). Chamber Access shall meet the following minimum characteristics: Be nickel plated copper; double walled using water cooled construction; contain tw o (2) bolted on end covers and two (2) sight window ports. The mounted in end covers shall align with the centerline of the heat zone. Access shall also include one (1) vacuum port, 2 inch ASA flange tee; one (1) gas inlet port; one (1) gas outlet port; one (1) utility port and two (2) Sight Windows that are 1 ? inches (12 mm) diameter and contain quartz lens. The furnace finish shall be Electropolished for the Chamber and Nickel plated for the end covers. Contractor shall provide two (2) spare sets of o-rings with the furnace. The Furnace heat zone shall include the following: The Element shall be made of Graphite, with three (3) phases resistance heated, and 6 inches (150 mm) ? x 13 inches (325 mm) deep. The heat zone insulation shall consist of sid es and end shields to be rigid Fiberform graphite, 2 inches thick with penetrations for viewing. The retort assembly shall consist of the following: a graphite retort that is constructed: with graphite, 4 inches (100 mm) ID x 23 inches (575 mm) deep x 0. 25 inches (6mm) thick; open at both ends that are sealed with compression ring. The two (2) end inserts shall be made of Rigid Fiberform graphite, 4 inches (100 mm) ? x 2 inches (50 mm) deep with penetrations for viewing. The Alumina retort shall be m ade of Alumina, 4 inches (100 mm) ID x 23 inches (575 mm) deep x 0.25 inches (6 mm) thick in size. The retort shall be open at both ends that can be sealed with a compression ring, The two (2) end inserts shall be made of Fiberfrax of similar, 4 inches (100 mm) ? x 2 inches (50 mm) deep with penetrations for viewing. Contractor shall provide the following spare retorts and end inserts: One (1) spare graphite retort with two (2) end inserts; and One (1) spare alumina retort with two (2) end inserts. The control console/power s upply of the furnace shall be floor mounted with the following minimum characteristics: 19 inches (48.3 cm) rack mount design; a main power disconnect via a lockable circuit breaker; a silicon Controlled Rectifier (SCR) power controller with current limit feature and shorted SCR protection. The control console/power supply of the furnace shall be water cooled, flexible, copper power cables with two (2) sets of spare fuses. The vacuum and temperature control instrumentation shall have a temperature contro l that meets the following: Programmer/Controller: Eurotherm, Model 3504 or equivalent with storage capability of ten (10) predetermined programs with fifty (50) ramp/dwell segments and an overtemperature limiter: Eurotherm, Model 2216e or equivalent tha t will disable heat zone power. The temperature sensors shall meet the following: one (1) Optical pyrometer:, 2-color for 1400 degree C to 2200 degree C; one (1) Thermocouple, type C, 1/8 inch (3 mm) ? x 10 inches (250 mm) long, molybdenum sheathed, retr actable above 1400 degree C; a pneumatic operated retractor mechanism sealed to chamber with flexible metal bellows; seamless transition from thermocouple to pyrometer control initiated by event relay in PLC; a watt transducer over temperature sensor and two (2) spare thermocouples (6.2.2). The vacuum controller shall meet the following: Varian, senTorr, Model BA2 or equivalent with one (1) ion gauge; a process control to disable heat zone power upon pressure rise that exceeds set point; two (2) thermoco uple gauges and cables; a process control; one (1) process control used to sequence valve operation; one (1) process control to protect against excessive foreline pressure rise; standard analog output and Degas feature. The Operations Controller shall me et the following: one (1) Allen-Bradley Micrologics, Series 1200 or equivalent with forty (40) input points/thirty-two (32) output points. The inlet manifold water cooling system shall contain the following: 1) Inline, serviceable strainer; 2) main furn ace water shut-off valve and 3) individual water shut-off valves in each cooling circuit. The drain manifold water cooling system shall contain the following: 1) one (1) solid state drain flow switch for furnace cooling water flow protection; and, 2) on e (1) check valve. The evacuation/purge system (Roughing Pump) shall contain one (1) Alcatel, Mechanical Pump System, Model 2010SD or equivalent that provide the following functions: have a 6.8 CFM (12 m3/hr) pumping speed; is oil operated; direct drive; electro-pneumatically operated roughing valves; a vacuum manifold as required; and Manual leak check/air release valve in foreline with a base pressure 1.0 x 10-3 Torr. The right angle valve high vacuum system shall be 2 inches (50 mm) ASA flanges with roughing port. The high vacuum system shall be Varian Diffusion Pump, Model VHS-2 or equivalent. With the following minimum characteristics: 1) 160 l/s air pumping speed; 2 inches (50 mm) ASA inlet flange; 1 inch (25 mm) ASA foreline port; and, a base pressure 5X10-8 Torr. The dual control gas system shall meet the following minimum salient characteristics: The retort noncombustible gas system shall have one solenoid operated inlet valve with flow metered inert gas with a PSIG relief valve and compo und (30-30) pressure-vacuum gauge. The chamber noncombustible gas system shall have one lsolenoid operated inlet valve with flow metered inert gas with a PSIG r elief valve and compound (30-30) pressure-vacuum gauge. The rack mounted gas purification furnace shall reduce oxygen content of inert gas to less than 10-6 PPM with replaceable titanium or iron charge; be a fully self-contained unit for mounting in contr ol console with an installed oxygen monitor to track gas purity. The gas flows from chamber to retort in case of retort failure and the retort failure shall have a visual and audio alarm. The electrical system components and safety interlocks shall conta in the following safety features: The main power will disconnect via a lockable circuit breaker. All vacuum valves will normally close. Power to the furnace element cannot be turned on and/or will automatically turn off if any of the following condition s exist or occur during operation: 1) Absence of, or inadequate, cooling water flow through the furnace (single flow switch in drain) and/or through any single cooling circuit (flow switch in each cooling circuit) will incorporates a time delay to allow m omentary fluctuation or immediate correction of the alarm condition System will only activate the audible and visual alarms if the heat zone power is on at the time of occurrence. (11.5.2 also if high vacuum system); 2) Absence of, or loss of, ionization gauge tube filament light due to a rise in pressure above a preset level. (High vacuum operation ONLY) will activate the audible and visual alarms at all times. System will only activate the audible and visual alarms if the heat zone power or high vacuum system is on at the time of occurrence; 3) Overtemperature controller will reset if heat zone temperature rises above a preset level; 4) Mechanical pump motor overloads trip and/or the high vacuum pump overtemperature thermostat will activate. (High vacu um operation ONLY); 5) Loss of supply gas pressure occurs. (Includes hydrogen systems). The contractor shall provide two (2) days of On-Site Start-Up Service and Training for up to five Government personnel. The service shall include one (1) qualified fie ld service engineer on the job site for two (2) eight (8) hour days. Scheduling shall take place after the purchaser has the equipment has been received at Aberdeen proving Ground, MD and all required utility connections have been made. Any inter-connecti on of system components and start-up shall be completed by the Manufacturer. The contractor shall provide their standard commercial warranty on the above described equipment. This warranty period will commence upon installation and start-up of the equip ment. Consumable items are not included. (vii) Delivery is required 90 days after contract award FOB Destination at Aberdeen Proving Ground, MD. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitati on. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed pane ls meets the salient characteristics listed in (vi) above. Technical evaluation shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, offerors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the s alient characteristics. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the history of the offeror in providing a product that meets specifications, meeting delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales an d identify a point of contact for each by providing a name and telephone number. Price will be evaluated on a best value basis. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions and to make award to other than the lowest price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Off eror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the c lause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.219-6; FAR 52.219.8; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FA R 52.232-33 and FAR 52.232-36. (xiii) The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7001; DFARS 252.225-7014; DFARS 252.225-7016; DFARS 252.227-7015; DFA RS 252.227-7037; DFARS 252.232-7003, DFARS 252.247-7023 and DFARS 252.247-7024. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) Offers are due on 1 2 September 2007, by 1100 hours, at US Army Research Laboratory, RDECOM-Adelphi, Contracting Division, AMSRD-ACC-A, Adelphi, MD 20783. Electronic offers are encouraged sent via email to rtomko@arl.army.mil. (xv) For information regarding this solicitati on, please contact Robert Tomko at (301) 394-3691 or FAX (301) 394-1891.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01386507-W 20070829/070827221515 (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.