Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

34 -- Polymer Milling Machine - Provisions & Clauses

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0084
 
Archive Date
8/29/2016
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions & Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX-16-T-0084. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 effective 16 May 2016. (iv) The associated NAICS code is 333515. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): N/A (vi) Description of requirements: The Macromolecular Science and Tech Branch (MSTB) within the Weapons and Materials Research Directorate (WMRD) requires tone (1) turnkey multi-purpose mill for size reduction and classification of polymer and polymer composite powders. Further, the subject multi-purpose mill shall have several different particle grinding and classifying technologies on a single mill. Salient Characteristics: The contractor shall provide a turnkey multipurpose mill for size reduction and classification of polymer and polymer composite powders. The milling and classification equipment shall be laboratory or pilot scale equipment with typical throughput for polymer and polymer composite materials in the range of 1 to 25 kilograms per hour, while producing and classifying particle sizes in the range of 1 to 500 microns. The multi-purpose mill / classifier shall have several different particle grinding and classifying technologies on a single mill / classifier unit. The required footprint of the unit, units, shall not exceed 14 feet by 12 feet. The height of the equipment shall not exceed eight (8) feet. The contractor may propose one (1) "unified-mill / classifier" with all the following technologies combined into a single mill / classifier, or, at least three (3) of the five (5) requested in a single mill / classifier, with the remaining pieces as stand-alone mill / classifier units in order to fulfill the space requirement. The turnkey multipurpose mill/classifier shall meet the following minimum specifications: 1. The feed to the milling/classifier system: • Shall be extruded polymer and polymer-composite feed stock that has been pelletized to a cylinder with a nominal diameter of 1-4 millimeters (mm) and a length of 1-4 mm. • The size reduced powder formed by milling of the pelletized feed shall have a nominal size ranging from 1 to 500 microns. • The milling and classifying equipment shall be capable of generating particle cuts of different sizes in this powder size range. • The milling and classifying equipment shall be capable of throughput in the range of 1 to 25 kg/hr, while generating size reduced powders in this powder size range. 2. To achieve the desired powder size range with a diverse set of feedstock polymers and polymer composites, the powder milling / classifier system shall be composed of five (5) units including: • a) a fluidized bed jet mill; • b) a high density bed spiral jet mill; • c) a universal cryogenically cooled impact mill; • d) a cyclone classifier; and • e) a particle classifier wheel. 3. The Government requirement is for all of the units be integrated into a single multipurpose system, due to laboratory space limitations. However, it is acceptable that at least three (3) of the five (5) units listed above are integrated into a single multi-purpose system with the remaining units being a stand-alone piece or stand-alone pieces operating under the same software. 4. The equipment shall run from 460-480 Volt, three (3) phase power, with ground, or 230 to 240 Volt, three (3) phase power, with ground. 5. The equipment shall be suitable for installation in Class II / Division II area. 6. All the milling and classifying units shall operate under a nitrogen blanket with nitrogen feed gas as opposed to air feed. The units shall contain oxygen sensors to prevent milling and classifying if the oxygen level is above a set point. 7. A double screw feeder shall feed polymer and polymer composite pellet feedstock into the milling units. The dose limits of the feeder shall range from 1 to 20 cubic decimeters per hour or greater range. The hopper for the screw feeder shall be 10 cubic decimeters or greater volume. The feeder/hopper parts that contact the polymer shall be composed of rust free and acid resistant steel type American Iron and Steel Institute (AISI) 316. 8. The fluidized bed jet mill shall contain: • Three (3) grinding gas supply nozzles and be capable of grinding with nitrogen gas or air, as well as be operational under a nitrogen purge gas. • An integrated particle classifier, with a classifier wheel speed up to 18,000 revolutions per minute or larger. • A pressure gauge for monitoring the internal mill pressure, a safety interlock on the mill cover, and a swivel device and a lifting device enabling assembly/disassembly and cleaning of the jet mill. 9. The milling/classifier system shall also contain a separate particle classifier with a vane type classifier wheel, with horizontal shaft, and rotational speed up to 18,000 revolutions per minute or higher. The classifier wheel shall operate with nitrogen gas and have separate gas and product inlets. The classifier shall have a gas purged gap between the wheel and fines outlet to minimize oversized particles. The classifier shall contain a measuring device for feed and a 20 liter stainless steel product collection drum for the coarse product. 10. The milling/classifier system shall contain a high density bed / spiral jet mill with an integrated classifier wheel. The mill shall operate with nitrogen feed gas, contain a set of alumina nozzles, and have a safety interlock on the door. The classifier wheel shall operate up to 18,000 revolutions per minute or greater. The integrated classifier shall have a gas purged gap between the wheel and fines outlet to minimize oversized particles. 11. The milling/classifier system shall contain an inline cyclone separator with a 20 liter stainless steel drum for product collection. The cyclone shall have a bypass valve so it can be used or not used. 12. The milling system shall contain a fully automatic filter system with a 20 liter stainless steel collection drum, and a vacuum pump. 13. The parts susceptible to wear in the fluidized bed jet mill with integrated classifier, the separate particle classifier, the high density bed/spiral jet mill with integrated classifier, and the cyclone shall contain a wear resistant coating. 14. The milling/classifier system shall contain a universal impact mill with a blast rotor fixture, wing beater fixture, screen basket with screen insert, grinding basket with fine grinding track and discharge gap, grinding basket with short grinding track and screen insert, pin disc fixture with narrow pin setting, a pin disc fixture with wide pin setting, and a set of screens for particle sizing. All product contacting parts shall be stainless steel. The drive motor shall be 5 kilowatts or larger and contain a "V" belt drive with a protection hood. The impact mill shall contain a 20 liter product collection drum and a dust collector. 15. The universal impact mill shall operate under a nitrogen purge and be capable of cryogenic milling with liquid nitrogen cooled feedstock. A cryogenic cooling screw feeder shall be included for pre-cooling of the feedstock material and shall include controls for the cooling screw and controls for cooling of the mill. 16. The milling system shall be turnkey with all required control cabinets, piping, fittings, tables, etc. for operation when connected the Government in-house electric, nitrogen feed, and exhaust facilities. 17. Warranty for a minimum of one (1) year after installation, training and Government acceptance of the system. 18. Delivery to the U.S. Army Research Laboratory (ARL), B4600 Deer Creek Loop, Aberdeen Proving Ground, Aberdeen MD 21005 and provided on-site training for one (1) day. (vii) Period of Performance is three (3) months after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) at Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Army Research Laboratory (ARL) at Aberdeen Proving Ground, MD, 21005. 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: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: An offeror that can provide a historic track record of making and selling similar instrumentation including a record of a minimum of six (6) sales over the past twenty-four (24) months. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors 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 or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 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 ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___6___ records of sales from the previous __24__ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and FAR 52.212-3 ALT I 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: N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 Gratuities (April 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 20111); 52.204-7 System for Award Management (July 2013), 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2016), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Oct 2015), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veterans (Feb 2016), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015), 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7000 Buy American-Balance of Payments Program-Basic (Nov 2014), 252.225-7001 Buy American and Balance of Payments Program-Basic (Nov 2014), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.243-7002 Requests for Equitable Adjustment (Dec 2012), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.246-7003 Notification of Potential Safety Issues (Jun 2013), 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 2010), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-D.5152.004-4400 Distribution Statement A; APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 14 August by 10:00 am Mountain Standard Time (MST), via email to nicole.g.hernandez2.civ@mail.mil. Please reference solicitation number W911QX-16-T-0084 on any correspondence. (xvii) For information regarding this solicitation, please contact Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil. Please reference solicitation number W911QX-16-T-0084 on any correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/23679153b5476ea59a1e63aaad851d12)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04182563-W 20160716/160714234758-23679153b5476ea59a1e63aaad851d12 (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.