Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOURCES SOUGHT

66 -- Mechanical Convection Oven

Notice Date
5/19/2011
 
Notice Type
Sources Sought
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-P-0196ss
 
Archive Date
6/14/2011
 
Point of Contact
Adam L. Bernas, Phone: 9375224501
 
E-Mail Address
adam.bernas@wpafb.af.mil
(adam.bernas@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one mechanical convection oven in support of the Composites and Hybrids Insertion Tools and Technology program. Firms responding should specify that their system meets the specifications provided below and submit detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The required specifications for this equipment are as follows: Brand Name or Equal to Blue M Mechanical Convection Oven, model # CW-7780-F-PMIL (FAR 52.211-6) • Temperature Range: at minimum, 23 degrees centigrade to 700 degrees centigrade. • Interior Dimensions: (inches) Between W15"x D15"x H15" and W25"x D25"x H25" • Exterior Dimensions: (inches) Between W50"x D30"x H60" and W60"x D40"x H70" • Electrical Power: 230V/240V 3 Phase 60Hz • Interior Construction: Stainless steel with minimum of 4 shelf positions • Exterior Construction: Heavy gauge welded steel. A positive door seal to minimize fume leakage. A safety door switch to turn off power to both the blower and heaters when the door is opened. • Control System: Microprocessor based programmable temperature control with at least 3 profiles containing a minimum of 30 steps each. Uniformity of +/- 2% to 2.5% of set point. Control accuracy of +/- 0.50 to 1.0% degrees C. Resolution of +/- 0.1 to 0.2 degrees C plus over temperature protection • Heating and Air Delivery System: Direct drive motor of at least ½ Hp and no more than 1 Hp. Airflow switch to shut off heating elements due to a blower system failure. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 333994. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Adam.bernas@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Adam Bernas, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 9:00 AM Eastern Standard Time, 30 May 2011. Direct all questions concerning this acquisition to Adam Bernas at adam.bernas@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-P-0196ss/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02452693-W 20110521/110519235025-a231d5ee8e0474224686b05b033d0bd9 (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.