Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

66 -- Amendment 01

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FFAM8189A001
 
Archive Date
11/18/2008
 
Point of Contact
William G. Callaway, Phone: (937) 522-4539
 
E-Mail Address
william.callaway2@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 01 TO SOLICITATION: This notice to all offerors that the 88 CONS receipt date of all technical and price proposal receipts (10AM/ 21 Jul 08) is placed on hold in order to allow interested companies to review and submit any questions regarding the attached draft specifications dated 18 Jul 08. Specifications were revised on 18 Jul 08 in response to technical questions. The following three questions were asked during on site visits completed 8 - 10 Jul 08. Additional technical questions, if required, are sought from Contractors interested in proposing. 1. What is the flow rate of the 1.5 inch water input pipe (less than 55 GPM water at 70F through the 1.5” existing line with a minimum of 40 psi at test chamber machine inlet draining next to test chamber /no head pressure to drain)? 2. What is the scope of the work required in relationship to the tiles under the 5200 pound metal plate under this Environmental Test Chamber IF any contain friable/fryable asbestos. 3. During the on site visits, contractors asked if proposals must meet some Mil Standard 810 requirements having more stringent specifications than paragraphs within Environmental Test Chamber Specifications dated 7 Jul 08. The Chamber specifications take precedence over the Military Standards, Federal Documents and Air Force Regulation. Instructions To Offerors: NLT 5 P.M. on 22 Jul 08 all interested vendors will evaluate and email company comments/additional questions about attached Revision 01 Specifications (bold font highlighted changes) to this 88 CONS/PKPB address: William.callaway2@wpafb.af.mil Specifications Original Equipment Manufacturer integrated production, quality-controlled demolition, configured installation, and certified warranty for one environmental test chamber Air Force Packaging Technology and Engineering Facility (AFPTEF Building 70) work site at 5215 Thurlow Street Wright-Patterson Air Force Base (WPAFB) Ohio, 45433 Revision 01 dated July 18, 2008 ---------------------------------------- 1.0 PURPOSE: To establish minimum Government requirements (specifications) to acquire commercial Original Equipment Manufacturer (OEM) furnished commodity and incidental services for certified demolition, installation, and acceptance testing. See all delivery schedule line items herein Table 1.0. Table 1.0 Time Sensitive Delivery Schedule: Global War On Terrorism Operational Requirements Delivery Schedule Line Item #Description of OEM Deliveries IAW Quality Assurance Requirements Not Later Than Completion Weeks After Award DateFixed Price $ 0001Phase 1 Manufacture Chamber, Certified 50% Completion08$ 0002Phase 2 Manufacture Chamber, Certified 100% Completion16$ 0003Delivered chamber and CE Certified Quality Control Plan for On Site Preparation 18$ 0004Demolition Tear Down of Existing Infrastructure21$ 0005Installation and CE Certified Configuration Interface with Updated Infrastructure 25$ 0006Warranty: All OEM Initial Consumable Materials/ Repair Parts in bench stock for 12 month Warranty 18$ 0007OEM Drawings, Training and Training Manuals for Repair and Maintenance 18$ 0008CE Certified interface utilities/cooling water/sewage system29$ Total ValueTotal Firm Fixed Price $$ 1.1 Overall Specification (Performance) Objectives: To ensure the OEM furnishes and sustains AFPTEF availability of an Environmental Test Chamber (this chamber) for 12 months after installation based on the following 88 Air Base Wing Civil Engineering (CE) certified characteristics: a) Safety; b) Reliability; c) Maintainability; d) Minimum Interior Work Space; and e) Best Value Life Cycle Costs. 1.2 Delivery schedule line items (Table 1.0) Requirements: The OEM shall meet and exceed minimum performance requirements to design, fabricate, deliver, demolish (tear down), install, furnish OEM specific consumable materials and parts as needed in the OEM 12 month warranty (see paragraph 3.22.3) (OEM warranty consumable materials list and OEM initial spare parts list) for this chamber in Building 70. 2. Applicable Test and Quality Control Documents: Before award the OEM shall submit documented ISO equivalent plans to achieve minimum performance criteria in Federal and Military specifications, standards, and handbooks available from this ASSIST Quick Search website: http://assist.daps.dla.mil/quicksearch/ and from DODSSP, Standardization Documents Order Desk, Building 4D, 700 Robbins Avenue, Philadelphia, PA 1911-5094. After installation the OEM shall demonstrate written compliance with all commercial IS0 Manufacturing and pertinent quality control standards equivalent to the following. 2.1 Federal Documents: EPA Rules – Title 40, Part 82 – Protection of the Ozone 2.2 Military Standards: MIL-STD-810 - Test Method Standard for Environmental Engineering Considerations and Laboratory Tests 2.3 Air Force Regulations: AFOSH Standard 48-20 - Hazardous Noise Exposure AFI 32-7080Pollution Prevention AF Memo Air Force Ban on Purchases of Ozone Depleting Chemicals (ODCs) – Action Memorandum (7 Jan 93) 2.4 Non-Government Publications: These may be referred to for full descriptions of container test methods referenced in this specification. The OEM shall submit documented ISO equivalent achievement of minimum performance criteria in American Society for Testing and Materials (ASTM) documents may be obtained from www.astm.org and ASTM International, 100 Barr Harbor Drive, West Conshohocken, PA 19428-2959. ASTM D 4169Standard Practice for Performance Testing of Shipping Containers and Systems ASTM D 6179Standard Test Methods for Rough Handling of Unitized Loads and Large Shipping Cases and Crates 2.5 Written Electronic Communications and Contract- Specific Order of Precedence. Specific contractual terms and conditions stipulating Government specifications take precedence over all other documents and publications. Contractual terms and conditions shall comply with applicable laws and regulations unless the Air Force obtained specific exemption. Only contractually authorized Government Acceptors of the AFPTEF shall approve contractor invoices and all payment requests. The Procurement Contracting Officer evaluates and responds to contractor written requests for interpretation, clarification, and correction of terms and conditions. 2.5.1 The OEM shall electronically obtain written approval for technical actions from the AFPTEF. Government documents not available through ASSIST will be provided by AFPTEF. 2.5.2 When the OEM cannot meet a stated requirement or substitutes a technically superior and more current technological alternative, the OEM shall electronically send identified substitutions that fully describe each alternative and written substitution rationale for each substitution to the AFPTEF. 3. SPECIFICATION REQUIREMENTS 3.1 General. The OEM shall deliver a fully functional environmental test chamber, with all utility connections CE approved, in which the temperature and humidity shall be microprocessor controlled in the range -65ºF to +185ºF (-53.9ºC to +85ºC) and 20% to 95% Relative Humidity (RH) (see Para. 3.15) OEM commercial (ISO) standards for temperature, humidity and air flow abilities and control shall meet and exceed standards in MIL-STD-810, Methods 501.4 – High Temperature, 502.4 – Low Temperature, 507.4 – Humidity, and 520.2 – Temperature, Humidity, Vibration, and Altitude (Temperature and Humidity portions only as stated in the following paragraphs). 3.2 At least two No later than 6 weeks before after contract award, the OEM starts installation at Building 70 the OEM shall deliver a detailed quality control plan for all stages of the new chamber’s installation to include: - Deliver all consumable materials and spare repair parts required to maintain and repair this chamber for 12 months after the installation completion date. - Reclamation of refrigerants and preparation of old chamber for removal/disposal - Disconnection of old chamber from electrical, process water, tap water, and compressed air utilities - Complete dismantling of old chamber remove, dispose or recycle old chamber insulated walls and mechanical equipment (sheet metal, steel, copper, other items) - Replacement/reinstallation/connection to water pipes, drain pipes, insulation, ceiling tiles, refrigeration gauges, refrigeration cylinders, and other utility interface connections with the current infrastructure of Building 70. - Remove and stage components for re-installation into this new chamber: o(One each 7,000 pound stainless steel floor plate (16’ x 10’ x 1” thick) o(One each Interior I-beam structure and overhead hoist assembly if being reused) - Unload and Stage this chamber & related interfacing equipment/bench stock from delivery truck 3.2.1 Not later than four weeks after the OEM starts installation at Building 70 this chamber shall be completely installed in the Chamber Room of Building 70 and achieve these performance results. -Rigged new chamber floor and mechanical section into reliable position -Re-installed 7,000 pound floor plate onto new chamber floor -Erected new chamber and interconnect to mechanical section -Rigged mechanical system into location configured for new chamber walls -Installed Interior I-beam structure/overhead hoist assembly in this chamber -Re-connected electrical, water, and steam utilities configured for CE and EPA standards -Government acceptance of chamber installation and removal of rented Lift equipment 3.2.2 This chamber shall consist of an environmentally controlled enclosure, hoist system, associated electrical and mechanical equipment, controls, and instrumentation. This effort includes design, fabrication, delivery, site preparation, installation, acceptance testing, and training. 3.2.2.1 This chamber’s design, materials, operational capability and reliability shall withstand the extreme humidity and temperature fluxuations of the design and operation of the chamber. 3.3 Chamber Use. This chamber shall be suitable for shipping container conditioning and dynamic testing. No materiel of an explosive nature shall be tested or stored in this chamber. 3.3.1 Dynamic Testing. The most common dynamic testing to be performed in this chamber is cornerwise and edgewise drop testing using drop heights in ASTM D 4169, 10.3.3.1(3), and the test methods described in ASTM D 6179 Methods A & B. 3.3.1.1 Flat drops. There is also the potential to perform flat drops per MIL-STD-648C. 3.3.2 This Chamber Installation Location. The installation site (Chamber Room) limits the chamber external dimensions and locations for the mechanical and instrumentation systems. The contractor shall accurately measure the intended space and ensure that the proposed system design does not exceed the location limitations. 3.3.2.1 This Chamber Room is a controlled environment; however, temperature conditions up to +95ºF (+35ºC) have been experienced during summer months. 3.3.2.2 To be eligible for this award the OEM shall provide a detailed drawing with dimensions and locations of this chamber enclosure, mechanical system, instrument console, and servicing clearances with references to the installation site. Any deviation from the dimensional requirements of 3.3.2 shall be noted. 3.3.2.3 Servicing clearances shall permit the removal, repair and or replacement of all mechanical system components without the need for special rigging due to lack of space. 3.3.3 Temperature and Humidity Performance Requirements. This chamber shall be fully capable of use for environmental conditioning and testing to the requirements of MIL-STD-810, Methods 501.4 – High Temperature, 502.4 – Low Temperature, and 507.4 – Humidity, and 520.2 – Temperature, Humidity, Vibration, and Altitude. Refrigeration system requirements are given in paragraph 3.13. 3.3.3.1 The range of temperature control inside the insulated enclosure shall be -65ºF to +185ºF (-53.9ºC to +85ºC). The control tolerance variation from set point (the uniformity of variation from set point) of the instrument shall be a maximum of ±3.6ºF (±2.0ºC). During temperature change the tolerance variation shall not be greater than ±5ºF (±3.0ºC). 3.3.3.2 The minimum range of RH control inside the insulated enclosure shall be 20% RH to 95% RH, limited by a +65ºC(+149ºF) dry bulb temperature and a +40ºF (+4.5ºC) dew point. The control tolerance variation from set point of the instrument shall be a maximum of ±5% RH. When RH is set to 95%, the RH shall not drop lower than 85% during descending temperature periods. Refer to paragraph 3.15. 3.3.3.3 The rate of heating and cooling, using industry standard cascade-type mechanical refrigeration and heating systems, shall meet the requirements of MIL-STD-810 which state that the rate of temperature change (heating or cooling) shall not exceed 6ºF (3ºC) per minute to prevent thermal shock. These temperature transition rates shall be achieved within an empty (no shipping container present) chamber. 3.3.3.4 The minimum rate of heating (with or without a corresponding RH increase from 20% RH to 95% RH) shall be +73.4ºF to +140ºF (+23ºC to +60ºC) in 1.0 hour or less. 3.3.3.5 This chamber shall be capable of an average cooling rate of 4.6ºF or 2.6ºC per minute (from +73.4ºF to -65ºF (+23ºC to -53.9ºC)) (or faster per MIL-STD-810, Method 520.2), with the use of an additional coil-fed LN2 boost system (requirements are in paragraph 3.13.5). The temperature transition rate shall be achievable within an empty (no shipping container present) chamber. 3.4 Chamber Measurement Components. All components that take a measurement (dial indicators, transducers, level sensors) shall be identified and confirmed that they do or do not exist within approved Air Force directives (T.O. 33K-1-100 and/or T.O. 00-20-14). When they do not, a documented NIST traceable calibration procedures/requirements and initial calibration which complies with ISO 17025 shall be provided for all measurement components in the entire unit. 3.5 Facility Work Conditions & Limitations. The contractor shall provide all tools, materials, components, and assemblies necessary to complete the installation of the environmental chamber. Work area will remain occupied by Government personnel during installation. The contractor shall move and replace equipment and furnishings as required to complete work. Damage of any nature caused by this work shall be repaired or damaged property replaced at no expense to the Government. 3.5.1 Space available in Building 70 for installing and storing materials, parts and equipment is limited. Not later than 4 weeks after award the OEM shall verify dimensions of all items required to fit in space available. 3.5.2 Utilities. The contractor shall obtain written approval from contractually authorized CE inspectors for all water and power hookups and obtain any permits and approvals before starting all work. Authorized CE inspectors shall certify approval for all OEM utility connections made before Government acceptance and approval of final payment for fully operational equipment. 3.5.2.1 Availability. Electric, water, drains, compressed air, and venting used for the existing chamber will be available. Their adequacy shall be verified by the contractor for use with the new chamber no later than 4 weeks after contract award. before installation begins. 3.5.3 Move-in Restrictions. a. Overhead door from loading dock into Shop area: 120 in. (10 ft) wide x 133 in. (9.5 feet) high b. Overhead door into Chamber Room: 118 in. (9.8 ft) wide x 118 in. (9.8 ft) high c. Loading dock: 16 ft wide, approximately 3.5 ft to 4 ft high. d. Aisle-way between dock and Chamber Room: 122 in. (10.2 ft) wide 3.6 Safety. All safety features required by Federal, United States Air Force (USAF), state, and local regulations and/or laws shall be incorporated into this system, as well as those dictated by prudence and good practice. 3.6.1 All systems, connections and chamber construction shall use the safest methods and parts currently available unless otherwise approved by the Government Acceptor (AFPTEF). 3.6.2 Pressure. At no time shall this chamber interior be capable of producing a negative pressure build-up which would prevent personnel from exiting the chamber by opening any unlocked door. 3.7 This Chamber Enclosure. All interior chamber surfaces, including air plenum shall be stainless steel. All exterior surfaces shall be a finish that will not deteriorate over the life of this chamber. 3.7.1 Interior Chamber Dimensions. Maximized practical inner dimensions shall be a mission-essential requirement due to the large variety of container sizes tested by AFPTEF. Minimum unobstructed interior chamber dimensions (standard nominal dimensions) shall be width, 10 ft (3.1 m); depth, 16 ft (4.57 m); height 9 ft (2.74 m). 3.7.1.1 Depth measurements shall be taken from interior front door surface to front of the air plenum, rear interior wall, or nearest structures which limit useable chamber depth, whichever is shorter. 3.7.1.2 Width measurements shall be taken between innermost surfaces of structures along the inner chamber sides (e.g., hoist supports, doorway) which limit useable chamber width. 3.7.1.3 Height measurements shall be taken from the upper surface of the steel plate on top of the chamber floor to the bottom surface of the central hoist support beam, inner ceiling surface, ceiling plenum bottom, or other lowest structures which limit useable chamber height. 3.7.2 This Chamber Floor. This chamber floor shall be level within 1/8-inch, and shall likewise support the 1-inch thick SS-plate in a level plane. In addition, the chamber floor shall meet the following requirements without collapsing, buckling, or failing to support the hoist system in a stable manor. 3.7.2.1 The floor shall be capable of supporting the existing 10 ft (width) x 16.5 ft (length/depth) 1-inch thick stainless steel plate load spreader currently at AFPTEF, as well as static loads and dynamic loads during testing. 3.7.2.2 There shall be provisions to support the hoist system during repeated uses at it’s maximum capacity (paragraph 3.9). 3.7.2.3 This chamber floor shall be capable of sustaining a minimum loading of 5000 pounds per square foot (239 kPa). 3.7.2.4 Drainage. The floor shall include provisions to allow condensation to flow to building floor drains outside of the enclosure, without affecting the flatness of the chamber floor or steel plate. 3.7.3 Insulation. Panel insulation shall be compatible with chamber operating temperatures and be made of non-settling, non-hydroscopic, vermin-proof, odorless, non-outgassing, and non-combustible material. The insulation shall be uniformly distributed throughout each panel. 3.7.4 Sealing. All seams shall be vapor-sealed to prevent entrapment of vapor/moisture in the insulation material and prevent moisture migration into or out of the chamber during testing. 3.7.5 Chamber Openings. 3.7.5.1 Door Requirements. The door(s) shall be provided with heavy dual silicone rubber replaceable gaskets for a positive seal, reducing thermal conductivity and air leakage between outside and inside the chamber. All doors must be lockable, either by key or by padlock. At no time shall a negative pressure build-up in this chamber, which would prevent personnel from exiting this chamber by opening the unlocked personnel door, exist. All doors that can be opened from the inside with a release mechanism shall be marked on the inside stating “EXIT RELEASE HANDLE”. 3.7.5.1.1 Main (front) Opening. The design shall include an opening on the front of this chamber. The opening and its door(s) shall not restrict full use of and access to the full chamber interior working space (width and height). The opening width and height shall not be less than those of the new chamber’s unobstructed working space. 3.7.5.1.1.1 Main Door(s). The door(s) shall permit full use of the opening. When fully opened, the plane of the door(s) shall be flush with the plane of the chamber front face. Surrounding clearances for the door(s) may be limited by the building design (building posts, wall and neighboring chamber), and these factors shall be taken into account when designing the opening and door(s). Proposals shall specify the clearance required for door swing or slide. When the door(s) operation requires compressed air, the contractor shall provide compressed air or tie (with prior AFPTEF written permission) into the existing AFPTEF shop compressed air system. 3.7.5.1.1.2 Window(s). Each door shall include an insulated, tempered, scratch-resistant, heated, clear glass window at least 24 in. ± 6 in. x 24 in. ± 6 in. (60 cm ± 15 cm x 60 cm ± 15 cm). The window(s) shall be approximately 60 in. (152 cm) above the building floor, and horizontally centered in the door. A window wiper, manually controlled from outside the chamber, will be installed on the inside of the window to remove moisture/frost. 3.7.5.1.2 Personnel Access Door. A personnel door shall be located on the right-hand chamber wall (at the front of the chamber) when facing the front access door from outside the chamber. The door nominal opening dimensions shall meet any applicable OSHA requirements. be a minimum of 34 in. (86 cm) wide by 78 in. (198 cm) high. The personnel door shall be mounted in the wall of the chamber, or on the outside of the chamber, and swing open to the outside. Placement shall be such that the door swing shall not be limited by building posts, the neighboring chamber, interior structures, and the chamber controls to a degree which would limit free entry or exit by personnel. The location of this door and the clearance for the door swing shall be specified in the proposal. 3.7.5.1.2.1 Safety Release. The door latching mechanism shall include a safety release to prevent personnel from being trapped inside the chamber when the personnel door is in an unlocked condition. 3.7.5.2 Chamber Access Ports. Two stainless steel access ports, 3.5 in. ± 0.5 in. (9 cm ± 1.25 cm) minimum inside diameter, with plugs, shall be provided for feed-through of instrumentation cables. Ports shall be sealed to the inner and outer chamber wall panel surfaces to prevent moisture migration into the panel insulation. When installed, the plugs shall block moisture and heat flow into or out of the chamber, but shall be flexible to allow instrumentation cables to run through the ports without crimping the cables. 3.7.5.2.1 Chamber Port Locations. Ports shall be located on the right side of the chamber when facing the front (main) access door(s) from outside the chamber. Preferred port location is 40 in. ± 5 in. (102 cm ± 13 cm) above the structural floor on which the chamber rests and equally spaced along the length of the chamber, forward of the mechanical system. Each OEM shall specify all port locations. There shall be no obstructions to any ports inside or outside of the chamber that would prevent feed through of equipment (such as hoist system supports). 3.8 Chamber Lighting. Illumination shall be a minimum of 60 foot-candles (646 lux) at a height of 3 ft (0.9 m) above the chamber floor. Lightning fixtures shall be vapor tight, corrosion resistant, Underwriters Laboratory (UL) listed, suitable for the extreme temperature and humidity conditions inside the chamber, and not interfere with the hoist system. Interior lights shall be operated by an independent switch located at the control panel. 3.9 Hoist System. 3.9.1 Hoist. As a minimum, a two-and-one-half ton (5000 lb, 2268 kg) electric chain hoist (industrial quality), capable of withstanding the induced environment without degradation, shall be furnished to be used within the chamber. When the existing chamber’s hoist is judged to be sound, adequate, and reusable, this hoist shall be re-used in the new chamber. A forklift truck will be used to help maneuver and position large containers, including those over the capacity of the hoist system, but will not enter the chamber. 3.9.2 Hoist Mounting. The hoist shall be mounted on a trolley system to permit free movement between the access door at the front of the chamber and the air plenum at the rear. The trolley shall be centered on the width of the chamber over the chamber floor. The OEM shall furnish and install all appropriate stops to permit maximum trolley travel while preventing chamber damage. Warning labels shall be provided and installed as needed. 3.9.3 Electrical connections. Electrical connections (suitable for the chamber environment) to the hoist shall be hard-wired into the electrical system of the chamber. Hoist electric cables shall be secured so as not to interfere with hoist movement and container testing. 3.9.3.1 The hoist shall have a separate disconnect switch accessible from outside the main mechanical equipment box and labeled as the hoist disconnect. The main chamber disconnect breaker shall also be labeled as the alternate hoist disconnect. 3.9.4 Support System. A hoist support system shall be furnished and installed which maximizes internal chamber workspace dimensions. When the existing chamber’s hoist support system is correctly sized for this new chamber, and also judged to be sound and reusable, this system shall be re-used in the new chamber. This structure shall be constructed of aluminum or stainless steel. Stainless steel fasteners shall be utilized. The structure shall be free-standing and not be attached to the chamber walls or ceiling, and shall be suitably secured to the structural floor. 3.9.5 New Hoist. When a new hoist is delivered, the chain hoist and all component and accessories shall be corrosion resistant or protected against corrosion and must be able to operate within temperature extremes of this chamber. The OEM shall label hoist and hoist latch with the same load rating. The OEM shall meet and exceed all specification performance standards for mounting and other hoist requirements. 3.9.5.1 New Hoist Attachments. The OEM shall furnish and install the following: a) Chain bucket; b) Pendant control; c) Latch type safety hook; and d) Chain control cord strain relief. 3.10 Electrical Equipment. The electrical system shall operate from one main 460 volt, 3 Phase, 60 Hz, power drop of 200 amp (not 220 amp power). All power specifications shall be derived from this power source. The OEM shall provided balance loading of the three phase power for motors and heaters. 3.10.1 The OEM shall provide a control box equipped with a main power disconnect switch and shall house all electrical components such as circuit breakers, fuses, contactors, relays, and terminal blocks. 3.10.2 The OEM shall ensure all installed circuits are protected by circuit breakers or fuses. Compressor motors shall be isolated with contactors. The OEM shall isolate all other high power circuits including heaters and fan motors using contactors, heavy duty relays, triacs or mercury relays. The OEM shall equip all motors with integral thermal overload protection. 3.10.3 The OEM shall deliver electrical components as UL Listed and Recognized. OEM wiring practices shall be in accordance with UL and the National Electrical Code. OEM shall use harness wiring on all control and power circuits. All connections shall be made at numbered terminal blocks. The OEM shall deliver schematic drawings that identify OEM numbering sequences. 3.10.4 The contractor shall determine the electrical power requirements for the project, perform all engineering, design, installation, interconnections, and accept full responsibility for acceptable performance of work. The OEM shall specify the amount of power required for the system. The contractor shall obtain written approval from WPAFB CE before starting power hookup. 3.10.5 The Government acceptor will provide a disconnection box (200 amp time delay fuse and box), 460 volt, 3 Phase, 60 Hz, wiring to the existing chamber. The contractor shall indicate when this service is adequate in the proposal. The OEM shall install new wiring from the electrical box to the chamber only with the approval of WPAFB CE. 3.11 Conditioning Equipment Noise Requirements. AFOSH Standard 48-20 limits noise exposure to between 76 to 84 dBA/8 hour exposure. Noise levels lower than 84 dBA are required when measured at the instrument console. Conditioning equipment shall be located in a separate compartment adjacent to the chamber enclosure and the decibel level produced when measured at the instrument console shall be noted in the proposal. 3.11.1 Noise Reduction Package. An option for a noise reduction package shall be included in the proposal to lower equipment noise levels below the maximum allowable requirements of Paragraph 3.11. 3.12 Air Circulation. Air circulation in the work space dimensions shall ensure uniform air temperature per MIL-STD-810 (paragraphs 3.1 & 3.3) and be provided by fan(s) or blower(s) driven by externally mounted motor(s). Aluminum or stainless steel fan blades (impellers) shall be connected to stainless steel shafts(s) and these assemblies balanced statically and dynamically. 3.12.1 Air circulation equipment shall be housed in a stainless steel enclosure (air plenum) with fan (blower) guards and removable panels for servicing. This air plenum shall not intrude into the workspace dimensions. 3.12.2 Provisions shall be made to insure that the external motor(s) for the fan(s) or blower(s) are provided with adequate air circulation or are designed to prevent motor(s) from overheating. 3.13 Refrigeration Equipment. Mechanical refrigeration shall be used in a cascade-type, low temperature system. Non-toxic and non-explosive refrigerants shall be used. Refrigerants shall meet the requirements of specified in AFI 32-7080, and AF Memorandum 7 Jan 93, and any applicable Base, local, state, or federal law. No chlorofluorocarbon (CFC) or ozone depleting substances shall be used. Contractor shall specify all refrigerants used to be eligible for award. Assistance from LN2 direct injection (into the chamber enclosure) or CO2 refrigeration systems shall not be permissible. AFPTEF reserves the right to disallow any refrigerants or system it deems unsuitable. 3.13.1 Refrigeration compressors shall be serviceable and of the heavy-duty semi-hermetic type. All compressors in the refrigeration system shall be equipped with service valves and pressure gages for monitoring the suction and discharge pressures of each compressor. 3.13.2 The chamber shall use a time proportioning refrigeration control system. The condenser shall be water-cooled. Water flow rates for the condenser shall be optimized to provide water only as needed. 3.13.3 The Government acceptor will provide the existing chamber cooling water piping. A hand shut-off valve shall be located near the chamber and no higher than 5 feet above the Chamber Room floor if current piping is changed. The chamber shall utilize the existing cooling water treatment system. The contractor shall be responsible for ensuring that the existing piping and water flow is adequate. 3.13.4 The Government acceptor will provide two existing 3.0-inch diameter nominal (76.2 mm) non-pressurized floor drains next to the chamber. The drains currently service the altitude and other weathering chambers. The OEM shall achieve CE reliability standards to relocate and reconnect all moved drain lines. 3.13.5 Liquid Nitrogen LN2 Coil-Fed Boost System. The OEM shall ensure the installed refrigeration system has a LN2 coil-fed boost system, that meets or exceeds applicable industry safety standards and the ramping requirements of 3.3.3.5. The OEM shall reference these standards in the proposal. All connections for future venting and LN2 tank hook-up shall be standard connections of the safest, easiest to use and most reliable design (for example, knife disconnects rather than rotary types which become covered in ice). 3.14 Chamber Heating Equipment. The OEM shall furnish replaceable wire heating elements, mounted in frames, removable for maintenance without disassembly of this chamber. 3.14.1 Electrical safety devices shall provide high heat limit protection to the heater circuits to prevent excessive temperature rise in the event of a malfunction of the controls or the instrumentation. The heaters shall not operate without fan activation. 3.15 Humidification and Dehumidification. Provide relative humidity control inside the insulated enclosure per MIL-STD-810, Method 507.4 – Humidity. The minimum relative humidity range and control inside the insulated enclosure shall be from 20 to 95 percent, limited by a +65ºC (+149ºF), dry bulb temperature and a +40ºF (+4.5ºC) dew point. Control tolerance variation from set point of instrument shall be 5 percent relative humidity. A means of lowering the relative humidity within the chamber shall be incorporated in conjunction with the refrigeration system, when necessary, and shall operate at the rate required to maintain the required control conditions. 3.15.1 The humidifier shall be an electrically heated vapor generator type, vented to operate at atmospheric pressure and provide water vapor to the work space without carry-over of water droplets. The generator shall be corrosion resistant and located outside the chamber enclosure. Vapor generator shall continuously modulate the rate of vapor generation for maximum performance stability. 3.15.2 The reservoir overflow shall be designed to prevent water from entering the vapor supply line to the chamber. The function of the reservoir water level control valve shall not be impaired by direct exposure to the heat generated from the heating elements. The reservoir shall have an automatic water supply for vapor generator, (closed loop recirculation system not necessary), over-temperature protection, low water shut-off, drain pan, and drain. 3.15.3 The vapor generator shall be a low watt density, immersion type heater with stainless steel sheath, or similar material. Thermostat sensing element shall be a capillary type to sense temperature along the entire length of the immersion heater. The vapor generator shall be insulated. 3.16 Instrumentation and Controls. As a minimum, the instrumentation shall microprocessor control the chamber environment, provide electrical and mechanical fault detection and indication, hard copy recording of chamber test conditions and programmable self-calibration of all sensors. Except for sensors, all instrumentation and operating controls shall be housed in an instrument console. 3.16.1 The environmental controller shall be microprocessor driven and programmable to control temperature and humidity to the requirements of MIL-STD-810 as previously described. A proportioning temperature controller shall be used in conjunction with a time proportioning refrigeration system to control temperature. The control system shall include an automatic defrost cycle control as this chamber shall be used for low temperature soaks lasting several days. 3.16.2 The controller shall have at a minimum an LED ºF/ºC display, user selectable, accurate to +0.25 percent of span (minimum), and a nonvolatile program memory to retain program parameters during loss of power. 3.16.2.1 An RS-232 computer interface and or USB interface to the controller shall be provided at the control panel. The controller shall be capable of manual or software programming. Controller software shall be capable of chamber programming/operation. Controller software and hardware shall be easy to use and operate. 3.16.2.2 A circular chart recorder, or equivalent, shall be provided unless the provided controller uses non-volatile memory to record temperature and humidity and chamber function data for each test. 3.16.3 Fault detection shall be incorporated on all sensors, instrumentation, electrical, and mechanical equipment. Faults critical to safe operation of the chamber shall cause the chamber to be shut down with no auto-restart capability. Faults will be noted by visual and audible alarms. 3.17 OEM delivered Sketch/Drawing. To be eligible for award the OEM shall submit sketch/drawing and picture of this chamber and equipment footprint, including chamber elevation when installed that clearly identify the relationship of this chamber to the existing structure. The OEM shall clearly state all deviations and OEM rationale for deviations from Government specifications to be a responsive source. 3.17.1 To be eligible for this award each OEM shall provide a complete listing of chamber components, OEM specifications, trade brand part descriptions (names), and user operating and maintenance training manuals. having detailed lesson plans. 3.17.2 The OEM shall participate in both the pre-award site survey and the post-award conference hosted by AFPTEF engineers at Building 70. Before the award date the OEM and all subcontractors shall provide recorded suggestions about chamber site for space and utilities to contractually authorized Government Quality Assurance inspectors, Government Acceptors and 88th Operational Contracting Squadron (88 CONS) designated representatives. The post award conference shall be held no later than one week after contract award to confirm detailed schedule for all contractual phases. 3.18 Coordination of Delivery and Installation. The OEM shall send an email notification to the 88 CONS and the AFPTEF at least 48 hours before scheduled deliveries. OEM shall schedule all deliveries to Building 70 only Monday through Friday from 7 a.m. to 3 p.m. The OEM shall deliver all chamber components to 403 SCMS/GUEB, 5215 Thurlow Street (Building 70, Area C),Wright-Patterson AFB, Ohio 45433. 3. 18.1 The contractor shall be responsible for extending and connecting all services (electrical, water, drains, compressed air, and any other requirements) to the chamber as required. The contractor is responsible for leveling the floor when necessary. The contractor shall install, setup, and test the system. All necessary disconnects (like water, electrical) shall be installed at CE certified (appropriate) locations. 3.18.2 Installation shall commence no later than 20 weeks after the award date and 19 weeks after the post award conference (Engineering Technical Interchange Meeting). The chamber shall be certified fully operational IAW all specifications, and ready to begin acceptance testing, no later than 30 days after on-site installation has begun. The contractor shall send an email notification to AFPTEF and 88 CONS when this chamber is considered operational. 3.19 Manuals and Drawings. A minimum of two final sets of manuals and drawings shall be provided, one hard copy set and one electronic format is preferred. These shall include operating instructions, electrical/instrument drawings and schematics, refrigeration schematics, major component vendor literature, spare parts lists, chamber construction and layout drawings, component systems calibration and servicing information, system preventative maintenance schedule based on hour of operation and computer interfacing documentation. 3.19.1 Preliminary Drawings and Specifications. One preliminary set of drawings and specifications shall be submitted to the 88 CONS for approval no later than 60 days after contract award. No actions shall be taken to fabricate the chamber until the above documents have been examined and written approval received from the WPAFB contracting office and AFPTEF. Government approval of these documents does not relieve the contractor of the obligation to meet all specifications. Government approval will be made within two weeks after the AFPTEF receives all drawings and specifications. 3.20 Acceptance Testing. The contractor shall test the chamber and all its components on site sufficiently to demonstrate that the chamber will operate at all design parameters, as well as all conditions within those parameters. Acceptance shall constitute continual chamber operation to an AFPTEF approved test plan (see Appendix for example plan) for a period of 30 days without system shut-down or fault detection due to chamber malfunction. This test period will begin when the total system is fully operational. Any chamber-caused faults/malfunctions encountered during this test period shall be corrected and the test period shall start over at time 0. If the chamber acceptance period must be reduced due to AFPTEF project requirements, the example test plan will be modified. 3.20.1 Chamber acceptance shall be made after the contractor demonstrates to the satisfaction of the 88 CONS and AFPTEF that the system meets or exceeds all specification requirements. Acceptance shall be at the AFPTEF Building 70. 3.21 Training. Training shall be provided for five AFPTEF personnel to program and operate the equipment, diagnose maintenance problems and perform routine maintenance. The contractor shall use the preliminary documentation (Paragraph 3.17.1) as training aids in order to familiarize personnel with manuals and equipment. The training shall be held at AFPTEF between normal duty hours (7:30 am to 4.30 pm). Training shall not begin until the chamber is fully operational (Paragraph 3.18.2). Training shall be no less than one eight-hour day. 3.21.1 The contractor shall provide a written proposal of topics to be covered and a proposed training schedule with the proposal. 3.22 Warranty Service Standards for 12 Months after installation. Contractor response time for chamber equipment repair shall not exceed 48 hours (two days) after notification of breakdown. The 48 hour period shall exclude Saturdays, Sundays and Federal holidays. Problems shall be fully resolved within 72 hours (three additional days) after notification by telephone. All repairs, upgrades and modifications will be made on site, at the chamber location, during normal duty hours (7:30 am to 4:30 pm) five days a week, exclude Saturdays, Sundays, and Federal holidays, unless special arrangements with AFPTEF are made by the contractor. 3.22.1 Warranty Exception. Any time the contractor is unable to meet warranty services standards, AFPTEF shall be permitted to have the repair performed by a qualified service company of its choice without voiding the warranty. The OEM shall agree to provide any required consumable materials, replacement parts or repair information to the service company upon request. 3.22.2 The OEM shall provide all OEM specific special tools required for maintenance or repair the same day this chamber is initially delivered to Building 70. The OEM shall deliver a finalized listing of all OEM recommended consumable materials and spare parts the same day this chamber is initially delivered to Building 70. After the initial 12 month warranty period, the OEM shall furnish consumable materials and spare repair parts for current catalog unit prices to the government and any independent contractor performing repair and maintenance of this chamber. 3.22.3 Prior to award, the contractor shall deliver a list of separately priced bench stock consumable materials and repair spare parts anticipated for the initial 12 month repair and maintenance period. Prior to award the contractor shall provide estimated labor hours and hourly labor prices to achieve the 48/72 hour response times required by paragraph 3.22. APPENDIX 3.20: EXAMPLE AFPTEF TEST PLAN DAYTIMETemperature ºFHumidity, RH 1083073-- 1000-65-- 20400-65-- 083073-- 1000-65-- 3---65-- 4---65-- ---65-- 50830-65-- 0900-40-- 1130-40-- 1200-20-- 1300-20-- 1400-40-- 61300-40-- 153073-- 7083073-- 1000185-- 81000185-- 113073-- 1230185-- 9--185-- 100400185-- 0830160-- 110900140-- 120700140-- 080073-- 0900140-- 1200160-- 120400160-- 1307308695% 0930140" 1530140" 1730126" 1930113" 2130100" 23308695% 1407308695% 0930140" 14 173012695% 1930113" 2130100" 23308695% 1507308695% 150930100" 1530113" 1730126" 1930140" 2130140" 23308695% 1607308695% 0930100" 1530113" 1730126" 1930140" 23308695% 1707308660% 0930100" 1530113" 1730126" 1930140" 2130140" 23308660% 1807308660% 0930100" 1530113" 173012660% 193014095% 213016060% 23308665% 19073012050% 1230"50% 1330"40% 1430"30% 1530"20% 163012010% 240012010% DAYTIMETemperature ºFHumidity, RH 200100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-I - Basic Hot, Ambient 210100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-I - Basic Hot, Induced(Use lowest possible RH settings per chamber design.) 220100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-I - Basic Hot, Ambient 230100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-I - Basic Hot, Induced (Use lowest possible RH settings per chamber design.) 240100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-II - Hot (Low RH), Ambient DAYTIMETemperature ºFHumidity, RH 250100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-II - Hot (Low RH), Induced(Use lowest possible RH settings per chamber design.) 260100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 501.4-II - Hot (Low RH), Ambient 270100High Temp/RH cycles, climatic category, IAW MIL-STD-810F, Table 51.4-II - Hot (Low RH), Induced(using lowest possible RH settings) 27956% 280200-40-- 1100-40-- 1200-65-- 1300-20-- 14000-- 2907300-- 30073010080% ----------------------------------------------- Urgent and Compelling Combined Synopsis & Solicitation #F4FFAM8189A001, Integrated manufacture, quality controlled infrastructure tear down, installation, configuration certification, maintenance training, and initial warranty spare parts for one environmental test chamber at Wright Patterson Air Force Base, (WPAFB) OH 45433 1. Public Notice (Synopsis) of Intent: This combined synopsis and solicitation seeks to obtain effective competition among capable sources by advertising Government Requirements in accordance with FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This synopsis is largely published to identify all specifications, standards and related requirement documents initially for guidance only. On-site technical interface visits have been scheduled to give companies opportunities to comment on agency requirements and recommend tailoring of specifications by way of alternative approaches. The applicable U.S. Department of Labor Code is NAICS 334516 (Analytical Laboratory Instrument Manufacturing) having the size standard of 500 employees. Both large and small sized Original Equipment Manufacturers can electronically send proposals in response to herein specifications and The Product Service Code 66 (Instruments and Laboratory Equipment) and Federal Supply Code 6636 (Environmental Chambers and related equipment) technically describe requirements. Technically capable (responsive) companies are encouraged to participate in work site visits in Building 70 at WPAFB before the not later than proposal receipt time/date of 10 A.M. local time/?? July 2008. Solicitation and award evaluation criteria for each proposal are price and other factors of past performance/ resources evidenced by corporate reorganizations and quality of equipment evidenced by life cycle availability from combined reliability and maintainability. The Government intends to solicit and award to any qualified source. Proposals electronically submitted in accordance with below instructions will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government shall not pay companies for submitting any fixed price proposals and technical proposals for this Government Request For Proposals. 2. Instructions for submitting Electronic Proposals: This combined synopsis/solicitation requests competitive proposals. Each proposals shall identify the company DUNS code, CAGE code and Federal Tax ID code. Email proposals shall not be sent as an executable file (.exe) or as a zip file (.zip) because information technology security systems of WPAFB computers do not all receipt of such files. Source shall offer fixed unit prices for all services being solicited, and the Government reserves the right to award without discussion. Electronically send all proposals to william.callaway2@wpafb.af.mil,CONS/PKPB, 1940 Allbrook Drive Room 109, Wright-Patterson AFB, OH 45433-5309. Reach Mr. Callaway at phone 937-609-0044.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fbaac5c31e554bd304cdfaa34e7116a&tab=core&_cview=1)
 
Place of Performance
Address: Building 70 Wright Patterson Air Force Base, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01617686-W 20080720/080718221035-4fbaac5c31e554bd304cdfaa34e7116a (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.