Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOLICITATION NOTICE

34 -- Cryomilling System

Notice Date
10/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-08-T-0004
 
Response Due
11/13/2007
 
Archive Date
1/12/2008
 
Point of Contact
Cayti Abbott, 410-278-6517
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(cayti.kyle.abbott@arl.army.mil)
 
Small Business Set-Aside
N/A
 
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. A site visit is strongly recommended for this procurement. The site visit for interested parties will be held on November 8, 2007 and will begin at 9:30 AM EST (must arrive at 9:00 AM ES T for processing) at Building 4600 Aberdeen Proving Grounds, MD. Interested parties that plan to attend the site visit must contact Mr. Lee A. Hess prior to COB November 5, 2007 for access information and directions. The total number of attendees along with a list of their full names must be submitted to Mr. Hess by COB November 5, 2007. Please note only U.S. Citizens will be allowed access to the installation. Mr. Hess can be contacted at (301) 394-4593 or via email at lhess@arl.army.mil. (ii) The solicitation number is W911QX-08-T-0004. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-20. (iv) This acquisition is being pursued on a full and open competitive basis. (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 Cryomilling System Installation in accordance with the Statement of Work, Quantity: One, Unit of Is sue: Each (vi) Description of requirements: Statement of Work C.1 General Description - The Contractor shall design, build, supply various parts, equipments, and subsystems; shall modify Government supplied parts, equipment, and subsystems; shall integrate them; shall configure a cryomilling system; and shall perfor m an initial startup operation of the cryomilling system at L1138 in Building 4600, Aberdeen Proving Ground, MD. The cryomilling system must be capable of performing cryomilling operations of various metallic powders, ceramic powders, and mixtures of both metallic and ceramic powders in both batch and continuous modes; blending operations of the cryomilled powders with unmilled metallic powders, unmilled ceramic powders, and mixtures of both unmilled metallic and ceramic powders; and degassing and canning operations of mixtures of the cryomilled powders with the unmilled powders. The Contractor shall use Al-5083 alloy and boron carbide powders, supplied as Government Furnished Property (GFP) at time of award, to perform the initial startup operation of the cryomilling system. C.2 Government Furnished Equipment (GFE): The Government will provide the following for the duration of the contract at contract award. The equipment shall remain at the Government installation but is available at all times to the contractor. (1) A Union Process 1-S Attritor subsystem consisting of a grinding tank, a holding tank, a slurry collection tank, slurry pump (2) A double chambered Labconco Protector Fiberglass Controlled Atmosphere Glove Box with Pressure Control Module, Auto Purge/Fill Sequencer, and Foot Pedal (3) An AES Softwall Cleanroom 3000AL enclosure (http://www.aesclean.com) (4) A gas tungsten arc (GTA) welding machine for canning the blended powders for subsequent hot isostatic pressing (HIP) consolidation (5) a stainless steel glove box that is intended to accommodate the GTA welding machine for controlled atmosphere welding operation in order to pack and seal the blended powders in to a stainless steel can for subsequent consolidation (6) A scale for weighing the powders according to the specified composition (7) A V blender to mix different powders homogeneously (8) A 120 pounds per square inch (psi) air supply with a regulator and an on/off valve (9) Non-portable water supply with an on/off valve (10) An exhaust vent d uct to the roof for discharging air stream after a dust collector separates waste aluminum powders from process air stream (11) Two electric power disconnects of 440V, 3 phase, 30A (12) An electric power disconnect of 208V, 3 phase, 25A, several 115V, 15A electrical outlets (13) Two 240L liquid nitrogen dewars. C.3 The Contractor shall supply the following: (1) Electrical parts, and electric subsystems, and electrical connections from the Government supplied electrical disconnects to the parts and the subsystems (2) Liquid nitrogen (LN2) transport pipes, plumbing, and pipe insulation from the Government supplied LN2 dewars to the subsystems (3) Water pipes, plumbing, and pipe insulations from the Government supplied non-portable water supply (4) A dust collect subsystem (also known as a scrubber) and related hardware that are capable of collecting Al5083 powder dusts exhausted from the cryomilling system and passivating the Al5083 powder dusts so that they are no longer ignitable (5) A degassing subsystem consisting of a mechanical vacuum pump, a diffusion vacuum pump, a heating apparatus, and control hardware (6) Modification of the Government supplied glove box so that the glove box subsystem is capable for vacuum purge, monitoring oxygen and moisture contents, and packing the blended cryomilled and unmilled powders in to cans; and containers and cans that are required during the entire cryomilling process life cycle (7) A powder packing vibrator that vibrates the can during the canning operation in order to increase packing density of the blended powders (8) An initial startup operation (9) Complete operators manual of the cryomilling system for both batch and continuous cryomilling modes (10) A generalized cryomilling process flow diagram describing sequences of operations and related safety issues. On-site field service personnel shall be US citizens to be able to access Building 4600 in Aberdeen Proving Ground, MD. (vii) The system must be installed and fully operational by 12/21/2007. The work shall be performed at Building 4600 Aberdeen Proving Grounds APG, MD 21005. Acceptance shall be performed at the same location. The FOB point is destination. (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 in descending order of importance to be included in paragraph (a) of that provision are as follows: 1. Compliance wit h the salient characteristics (technical acceptability) listed in (vi) above, 2. Past Performance  The Contractor shall be able to demonstrate and/or reference prior experiences in cryomilling, cryogenic, and/or other related disciplines in order for the Government to evaluate the Contractors abilities to perform this contacts and associated deliverables. Provide a point of contact and a telephone number, and 3. Price. Technical acceptability and past performance, when combined, are significantly more im portant than price. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offeror must furnish as part of its proposal al l descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the Request for Quotation; (ii) to establish exactly what th e offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to inform ation previously furnished or to information oth erwise available to the purchasing activity. (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. The following addenda have been attached to this clause: none. (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: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-8, Utilization of Small Business Conc erns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, E qual Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Othe r Eligible Veterans (Sept 2006), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commoditi es (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023, Transportation of Supplies by Sea (MAY 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: none. (xvi) Offers are due on 11/13/2007, by 11:59 pm EST, via email to cayti.kyle.abbott@arl.army.mil. (xvii) For information regarding this solicitation, please contact Ms. Cayti Abbott at (410) 278-6517 or via email at cayti.kyle.abbott@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AA BUILDING 434 ABERDEEN PROVING GROUNDS APG MD
Zip Code: 21005-5001
Country: US
 
Record
SN01441787-W 20071028/071026223551 (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.