Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
MODIFICATION

44 -- Furnace System operational in vacuum, inert gas partial pressure and dry hydrogen. Additional information and requirements.

Notice Date
4/10/2003
 
Notice Type
Modification
 
Contracting Office
US Army Robert Morris Acquisition Center, White Sands Contracting Division, ATTN: AMSSB-ACW, Building 126 West, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
DAAD17-03-R-0023
 
Response Due
4/18/2003
 
Archive Date
6/17/2003
 
Point of Contact
Barbara Gerace, (505)678-3579
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, White Sands Contracting Division
(bgerace@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Self-contained furnace system operational in vacuum, in inert gas partial pressure, and in dry hydrogen atmospheres. Operating temperature from room temperature to 2500 degree centigrade under vacuum, inert gas partial pressure, and dry hydrogen atmospher es. Heating element shall be weaved tungsten wire heating element whose cross section is a closed circle such that there exists no vertical gap except the phase gaps. A meshed tungsten heating element does not have interwoven perpendicular wires and is n ot satisfactory for this application. Usable hot zone dimension shall be at least 5 inch in diameter and 3.5 inch tall. Radiation shield installed using appropriate refractory metals. Chamber design shall allow absence of wetted welds and brazed joints i n cooling water line inside of the chamber. Exterior chamber surface temperature shall be less than 60 degree centigrade. Hearth assembly shall be fabricated entirely from tungsten and shall be remotely controlled to permit automatic specimen loading and unloading. Vacuum subsystem shall consist of a diffusion pump, a mechanical pump, and a control subsystem. Power supply shall be rated 3 phase, 440/480 volts, and 60 Hz. Temperature controller shall be a single channel, fully automatic, and fully programm able up to minimum 20 programs with minimum 16 segments per program that can be linked together. The controller shall be a closed-loop type and shall be equipped with type c thermocouple and an optical pyrometer as temperature sensors. The temperature co ntroller shall automatically control the transition of control from the thermocouple to the optical pyrometer and vise versa. The controller shall use weighted average feedbacks from the thermocouple and the optical pyrometer during the user configurable transition zone. The controller shall be equipped with a thermocouple retractor/actuator. Hydrogen gas supply and safety subsystem shall be integrated into the furnace system. The subsystem shall be able to purge the chamber using the furnace vacuum sub s ystem and auxiliary inert gas purging subsystem, and be able to maintain dry hydrogen atmosphere at 1 to 2 psig for the entire operating temperature range. Subsystem shall implement hydrogen safety logic in accordance with NFPA and Factory Mutual Guidel ines for Combustible Gas Safety Systems. Supply all necessary subsystem to implement the above requirements. All safety sensors, interlocks, and logic must be clearly defined. Closed loop partial pressure subsystem shall be intergraded into the furnace system. This subsystem shall consist of appropriate hardware and software to maintain inert gas partial pressure of slightly below 1 atmosphere for the entire operating temperature range. Digital data acquisition subsystem shall be integrated into the fu rnace system. The digital data acquisition subsystem shall be able to transmit at least hot zone temperature and the chamber pressure data in function of time to a typical personal computer running Microsoft Windows operating system. Contractor is respon sible for supplying appropriate data acquisition software and related hardware. Analog recorder subsystem shall be integrated into the furnace subsystem such that hot zone temperature and the chamber pressure data in function of time could be recorded at a minimum requirement. Submit a listing of required utility specifications that should be supplied by the government. Contractor to provide on-site start up. Delivery is FOB US Army Research Laboratory, Aberdeen Proving Ground, Aberdeen, MD 18-20 weeks after award. Vendor may propose alternative delivery date. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable to this solicitation. Th e specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical 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 specifications based upon 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 materials (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whe ther the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirements of the solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark an y descriptive materials to show modifications. Contractor shall submit technical specifications/salient characteristics of furnace system and a listing of required utilities. Past performance will be evaluated based on information provided by the offeror a s to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/ma intenance re putation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and phone number. The government will award a contract to the offeror whose offer conforms to this solicitation and wi ll be most ad vantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Ce rtifications - Commercial Items and DFARS 252.212-7000, Offeror Representation and certifications with its offer. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DO. Offer due date is extended to 1600 MDT on Frida y, 18 April, 20 03. Submit offers to bgerace@arl.army.mil. For information regarding this announcement contact Barbara Gerace at bgerace@arl.army.mil.
 
Place of Performance
Address: US Army Research Laboratory Aberdeen Proving Ground Aberdeen MD
Zip Code: 21005-5066
Country: US
 
Record
SN00300914-W 20030412/030410213751 (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 |
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.