Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOURCES SOUGHT

44 -- Dual Chamber Furnace

Notice Date
7/2/2015
 
Notice Type
Sources Sought
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B140
 
Archive Date
8/1/2015
 
Point of Contact
Peter J Seiler, Phone: 3214949516, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
peter.seiler@us.af.mil, cheryl.witt@us.af.mil
(peter.seiler@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B140 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 333994. The size standard for NAICS is 500 employees. The requirement is for a Dual Chamber Heat Treatment Furnace. CLIN Requirement Qty Unit of Issue 0001 Dual Chamber Furnace 1 Each Salient Characteristics: •1. The dual chamber electric furnace shall be new and a current commercially available model. A current model is defined as the manufacturer's currently produced model which, on the date this purchase request is issued, has been designed, engineered, sold or is being offered for sale through advertisements or manufacturer's published catalog or brochures. Products such as a prototype unit, pre-production model or experimental unit do not qualify as meeting the requirements specified herein. The furnace shall include all components, parts, and features necessary to meet the performance requirements specified herein. All parts subject to wear, breakage or distortion shall be accessible for adjustment, replacement, and repair. •2. The dual chamber electric furnace shall include, but not limited to the following: Furnace Size and Capacity <col style="width: 132pt; mso-width-source: userset; mso-width-alt: 6436;" span="1" width="176"><col style="width: 166pt; mso-width-source: userset; mso-width-alt: 8082;" span="1" width="221"> Description Specification Overall Dimensions 114"H x 48"W x 65"L Both Chamber Dimensions 24"H x 24"W x 36"L Voltage 230 or 460 VAC, 3-Phase, 60 Hz Power 65 KW Temperature 2300°F (Upper Chamber) 1200°F (Lower Chamber) Hearth Levels Above Floor 46" (Upper Chamber) 11" (Lower Chamber) •3. A quench tank shall be provided with the dual chamber electric furnace. •4. A corrosion resistant metal nameplate identifying the furnace shall be secured attached to the front of the furnace. The nameplate shall contain the following information: Nomenclature, Manufacturer's Name, Model Number, Serial Number, Date of Manufacture, Contract Number, and Power Input (Volts, Total Amps, and Phase). •5. Identification Marking of Military Property. An Item Unique Identification Marking (IUID) shall be provided with the furnace in accordance with MIL-STD-130N, Change 1: Identification Marking of U.S. Military Property (2012 edition) (Military Standards are available for download at DLA Document Services, Quick Search http://quicksearch.dla.mil) and all applicable documents within the standard with Machine Readable Information (MRI) for item identification marking and automatic data capture. The application of Human Readable Information (HRI) shall be used in combination with MRI and free text. •6. Electrical Systems. The existing source voltages available at the facility are 208 & 480 Volts, 3-phase, 60Hz. The furnace's electrical system shall be tolerant of a voltage fluctuation of ±10%. The electrical system shall be complete including any electrical transformer(s) required to modify the existing source voltage to the proper operating voltage of the equipment. A properly rated and fused single disconnect device shall be utilized on the furnace with means of lockout in the off position. •7. The furnace shall conform to National Fire Protection Association, NFPA 86 - Standard for Ovens and Furnaces (2015 Edition). •8. All standard equipment required for proper operation of the furnace and special tools required for regular periodic maintenance shall be provided with the furnace. •9. One (1) hard copy and one (1) digital copy of technical data shall be provided with the furnace. Technical data shall contain technical information, specifications, and instructions for the operation and maintenance of the furnace. •10. The customer shall be responsible for complete installation (to include unloading and placement to final location) of the furnace. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." 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. 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 be individually 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.). 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. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil ; by mail to 45 CONS/LGCB, Attn: FA2521-13-Q -B140,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 17 Jul 15 at 3:00 pm Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B140/listing.html)
 
Record
SN03785028-W 20150704/150702235252-edd5ddc8a6aa8b5440a7575484fa49e5 (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.