SOURCES SOUGHT
34 -- Steel Heat Treat Furnace
- Notice Date
- 7/23/2018
- Notice Type
- Sources Sought
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- 70Z04018Q62100Y00
- Archive Date
- 8/18/2018
- Point of Contact
- Derek W Lazaroff, Phone: 4107626784
- E-Mail Address
-
derek.w.lazaroff2@uscg.mil
(derek.w.lazaroff2@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard Yard, Baltimore, MD, has a requirement for one (1) steel heat treat furnace. The furnace will be used for preheating steel plate and shafts prior to forming and/or welding operations. In addition, the furnace will be used for post weld heat treatment. The parts to be heat treated will be loaded through a single door and supported off the fixed hearth on piers or fixtures (by USCG personnel) based on the material being processed. Furnace specifications are as follows: •· The largest load being a 12' x 8' x ¾" carbon steel plate. •· A furnace with inside refractory dimensions approximately 10 '-0" wide x 14'-0" deep x 3'-0" high •· Combustion natural gas combustion and control system with minimum of six burners (3 burners per side). Maximum total heating capacity of 3.0 MMBtu/h input designed in accordance with the relevant sections of NFPA 86, 2015 Edition. •· Maximum operating temperature range 2,000° F. •· Furnace door will be raised and lowered using a counterweight gear drive. The furnace door will include at least four (4) cam rollers constrained in steel track to move in up and down direction. •· Maximum design load to be 3000 pounds. •· Electrical power 230/460V-3P-60Hz •· Fuel: Natural gas The following services will also be required as part of this effort: Turnkey package is required to include shipping, delivery, placement, assembly and set up in Bldg. #78 at USCG Coast Guard Yard, 2401 Hawkins Point Road, Baltimore MD 21226. The contractor shall connect the furnace to an existing power disconnect and existing natural gas supply. It is the contractor's full responsibility to provide any material required to perform the stated requirements under the terms of this statement of work. This product will be installed with the manufacturer's recommended methods, and the final setup and pre-production test routine must be accomplished by a factory trained technician who is knowledgeable of this specific product to prevent exclusion of manufacturer's warranty. Prior to shipping all shop tests of the furnace will be provided to the Contracting Officers Repetitive (COR) for review. The flue will be built separate from the furnace and lined with insulating castable and ceramic fiber. The upper sidewalls, roof, and door will be lined with a 12" thick ceramic fiber. Roof, wall, and door sections will be made using full-length modules. The lower walls, which will be approximately 12" tall, and hearth will be lined with a combination of low cement 70% alumina mullite based dense castable and a medium weight insulating castable. Vendors that are capable of providing the furnace, but are unwilling or unable to provide some or all of the services identified above are still encouraged to reply to this notice. The Government anticipates making a single award for this effort. If you are claiming Small Business status, appropriate documentation is required. Please submit the following as it applies: a. If claiming 8(a) status, provide a copy of your 8(1) Certification from SBA. b. If claiming HUBZone status, provide a copy of your HUBZone Certification from SBA. c. If claiming SDVOSB status, provide documentation that shows a Service Disabled Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. Documentation should also be provided to show that the SDV has a service-connected disability that has been validated by the Department of Defense, Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611. d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged" and primarily managed by an economically disadvantaged woman, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the 3 years preceding the certification is less than $350,000 and the fair market value of all her assets is less than $6 million. f. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. The women must be U.S. Citizens. The documentation should also show the business is small under the NAICS code 336611. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. Concerns having the expertise and required capabilities are invited to submit complete and current information discussing their capabilities/past performance within 10 calendar days from the date this notice is posted. This is not a Request for Proposals; therefore, no pricing information shall be submitted at this time. Information shall be submitted via e-mail to the Contract Specialist, Derek Lazaroff, at derek.w.lazaroff2@uscg.mil. The Government does not intend to pay for the information that is submitted. It is the responsibility of potential offerors to monitor this EPS system for future notices and changes. All responses will be considered by this agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z04018Q62100Y00/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226-5000, United States
- Zip Code: 21226-5000
- Zip Code: 21226-5000
- Record
- SN05003776-W 20180725/180723231311-fb7d5049986e4c5407016219bbf2b9f5 (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 |