SOLICITATION NOTICE
44 -- DC Plasma Consolidation and Sintering System
- Notice Date
- 9/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- DAAD17-02-R-0036
- Point of Contact
- Jean Craig, 410-278-6517
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(jcc@arl.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA (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; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-02-R-0036. (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 333994 and the Business Size Standard is 500. (v) The following is a list of contract line item nu mbers and items, quantities and units of measure: CLIN DESCRIPTION QUANTITY UNIT 0001 DC PLASMA CONSOLIDATION AND SINTERING SYS 1 JOB The Army Research Laboratory (ARL) will provide sub-systems/components that are described in section (xiii). The offeror shall integrate the ARL supplied sub-systems/components with the required minimum sub-systems/components as described in section (vi) and perform the initial start-up operation. (vi) Description of requirements: The following sub-systems/components shall be supplied by the offeror as minimum requirements: (1) a front loading, horizontal water-cooled, doubled walled, jacketed and baffle d vacuum chamber with necessary ports for AC power, DC power, thermocouples, optical pyrometer, top and bottom loading hydraulic rams, gas management system, water management system, and vacuum management system; (2) vacuum management system; (3) graphite hot zone rated to a minimum of 2000?C; (4) electric bus ducts connection from the item 10 in (xiii) to the power feed throughs in the item 1; (5) Water management system; (6) Gas management system; (7) AC power supply and cables for the item 3; (8) DC powe r feed throughs and electric arc isolators; (9) man machine interface computer control system (MMI CCS) consisting of 2-channel Honeywell Series 800 furnace controller, Honeywell 1000 over-temperature protector, alarm and light switches, thermocouple and o ptical pyrometer cross-over switch, 2-color optical pyrometer, automatic thermocouple withdrawal system. The vacuum chamber (item 1) shall be sized to fit inside the ARL supplied hydraulic press frame (item 11). The vacuum chamber shall incorporate a top and bottom port for the existing 3.75? diameter hydraulic ram and ?Ears? or similar device(s) shall be attached to the side of the vacuum chamber to allow it to be bolted to the item 11. The vacuum chamber interior shall be of 304 SS and the water jacket shall consist of mild steel (or 304 SS) construction. Flanges shall be mild steel and all ?O? rings shall be supplied. The vacuum chamber water jacket shall have a safety relief valve to avoid over pressurization. Provisions shall be made for the conve yance of the DC power fed from the item 10 to the water-cooled copper plates so that DC plasma joule heating can be generated. The vacuum chamber shall have a vacuum leak rate guarantied to be less than 10 microns/hour (clean, dry, empty and out gassed). A 6? high ASA vacuum port for later addition of a high vacuum pump shall be included. This port shall be blanked. 2 additional general-purpose 1? blanked ports shall be provided. One port is to be used with an optical pyrometer sighted on the hot zone. A reseatable spring loaded safety relief valve shall be provided on the chamber interior to relieve pressure from a water leak on the copper plates. The offeror shall supply a vacuum pump (minimum 26.8 cfm) that shall be controlled from the item 2, which may contain an On/Off switch, motor starter, thermocouple gage vacuum readout, manual shut off valve, vibration isolation boot, and port for thermocouple gauge to allow monitoring of pump performance. The vacuum manifold shall contain a dial vacuum press ure gauge, the rmocouple vacuum gauge and vent valve. The offeror shall supply a graphite hot zone using graphite-felt insulation. The insulation shall be sufficient to reach 2000oC minimum. The heating elements shall be resistance matched to the secondary voltage of th e AC power supply. The hot zone (item 3) shall consist of at least two-sided graphite heating elements. The hot zone shall be sized to accept a ARL supplied graphite or carbon-carbon composites punch and die set sufficient to make parts 1-3.5? diameter. The hot zone shall also be designed to allow the ARL supplied punches and dies to extend into the hot zone, while water cooled copper plates (which carry the DC current) are outside the hot zone. The copper plates shall be electrically insulated from th e moving rams via a ceramic insulator. The DC power connection shall also be electrically isolated from the water-cooled copper plates. This insulation shall safely contain 12V 10,000A DC. Temperature shall be measured in the hot zone via use of a type C thermocouple (TC), with a second Type C over-temperature thermocouple provided via a penetration and TC connection in the vacuum chamber. The temperature shall also be measured in the hot zone via use of a two-color pyrometer. When switching from thermo couple mode to pyrometer mode, an automatic thermocouple withdrawal system shall be incorporated. Inert gas (Argon or Nitrogen) shall be admitted to the vacuum chamber automatically via a solenoid valve controlled from the MMI CCS (item 9). The offeror s hall supply a 20KW, 480V AC or greater power supply with low voltage secondary resistance matched to the graphite heating elements. The 480V AC power shall be connected to a primary disconnect. An 110V transformer shall be used to power the MMI CCS. The AC power supply shall have voltmeters and ammeters mounted to observe the secondary voltage and amperage. The ARL will supply an SCR to allow power control from the control center. The offeror shall provide buss ducts from the chamber to the ARL supplied D C power supply. The offeror shall also evaluate water-cooled versus air-cooled leads. The DC power supply manufacturer recommends that at least 1 square inch of copper bus cross sectional area per 1000A. The offeror shall provide inlet and outlet manifo ld with temperature and pressure gages and trim valves to allow the water to be easily trimmed to each section of the system. This system shall be interconnected to the existing ARL closed loop cooling water line. The water management system shall be int erconnected to an automatic safety system in the PLC control of the MMI CCS, which will activate automatic safe shutdown of the system in the event of loss of power or water pressure. The offeror shall provide water-cooled power feed through(s) and water- cooled copper pipe connectors to the furnace hot zone. 1-year warranty suitable to accommodate the above features and a commercial warranty is required for other components excluding the consumable items. In addition the offeror shall provide a Witness T est at Factory that includes heating up to 2000?C. automatically; simulate 12V 10,000A DC to water cooled plates; and demonstrate safety circuits. (vii) Delivery is required by 31 December 2002. Delivery shall be made to US Army Research Laboratory, Bldg . 4600, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed upon completion of the applicable company acceptance tests at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.21 2-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The spe cific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical characteristics, past performance, and price. Technical c haracteristics and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed product meets the technical characteristics listed above and shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, offeror 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 the salient characteristics of the requirement. If the offeror proposes to modif y a product so as to make it 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 evaluate d based on information provided by the offeror as to technical experience and background, and actual sales of the proposed products to industry or government agencies. Past performance will consider the positive reviews by other users who presently operat e similar instruments, ability of the offeror to meet delivery schedule, service reputation, and warranty considerations. Offeror must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x ) Offeror 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 - with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive order s - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.222-21, Prohibition of Segregated Facilitie s (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-1, Buy Ame rican Act - Balance of Payment Program - Supplies, (FEB 2000); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at ht tp://www.arnet.gov. (xiii) The following additional contract terms and conditions apply: ARL will provide the following equipment under the FAR 5.245-4 (APR 1984) Government Furnished Property clause: (10) 480V 225A AC input and 12V 10,000A DC output pow er supply and a controller; (11) and 100 metric ton ?H? load frame equipped with dual 3.75 inch diameter top and bottom loading rams (each delivers 10,000 psig of pressure) and a constant pressure regulator. FAR 5.245-4 Government Furnished Property (APR 1984); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) Offers are due on 23 Sep 2002, by 1600 hours, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi) For information regarding this solicitation, please contact Jean Craig at (410) 278-6517, FAX (410) 278-6522 or e mail jcc@arl.army.mil.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, APG Satellite Purchasing Division ATTN: AMSSB-ACA-A, Bldg. 434 Aberdeen Proving Gro MD
- Zip Code: 21005
- Country: US
- Zip Code: 21005
- Record
- SN00156650-W 20020905/020903213516 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |