Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

66 -- COMBO SYNOPSIS SOLICITATION for Hot Gas Test Stand

Notice Date
9/16/2020 8:47:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX20Q0167
 
Response Due
9/18/2020 8:59:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Cait Marino, Phone: 3013943165, Allison S. Murray
 
E-Mail Address
caitlin.p.marino.ctr@mail.mil, allison.s.murray.civ@mail.mil
(caitlin.p.marino.ctr@mail.mil, allison.s.murray.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Amendment 01 Changes to Response Deadline � 1.� Class Code: 66 � 2.� NAICS Code: 334516 � 3.� Subject:� Hot Gas Test Stand � 4.� Solicitation Number: W911QX20Q0167 � 5.� Set-Aside Code: N/A � 6.� Response Date: 9/18/2020 � 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory ������������������������������ Aberdeen Proving Ground ������������������������������ Aberdeen, MD 21005 � 8.� �������������������� (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 W911QX20Q0167.� This acquisition is issued as a request for quotation (RFQ). � �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR 2020-09. � �������������������� (iv)� The associated NAICS code is 334516. The small business size standard is 1,000 employees. � �������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� � CLIN 0001, Qty one (1) each Hot Gas Stand System with Manuals, Delivery, and three (3)-year Warranty CLIN0002, Qty four (4) days of Initial in-person Training CLIN0003, Qty one (1) each preventative maintenance check, six (6) months (OPTION) CLIN0004, Qty one (1) each preventative maintenance check, 12 months (OPTION) CLIN0005, Qty three (3) days of in-person Training, Year Two (2) (OPTION) CLIN0006, Qty one (1) each preventative maintenance check, Year Two (2) (OPTION) CLIN0007, Qty three (3) days of in-person Training, Year Three (3) (OPTION) CLIN0008, Qty one (1) each preventative maintenance check, Year Three (3) (OPTION) � � �������������������� (vi) �Description of requirements: � The Contractor shall provide a turnkey modular hot gas stand consisting of a combustor system, a test section with adapters and control valves for the turbine/compressor inlet/outlet, oil and water conditioning systems, high-temperature ductwork with thermal insulation to prevent heat loss, and associated instrumentation and controls for experimental investigations of turbochargers and other compact turbomachinery. The hot gas stand shall have a cart configuration with casters for portability. Each caster wheel shall be lockable. The cart shall fit within a 204 in � 92 in footprint, and the complete hot gas stand facility shall leave sufficient space so that its operation does not intersect or interfere with other experimental facilities. The hot gas stand shall be designed for continuous run times up to 12 hours. The fuel supply system, oil lubrication system, and control hardware shall be secured in fireproof housings mounted away from the combustor and hot zones. Air, fuel, and oil lines shall be routed behind protective shielding and away from the combustor and hot zones as much as possible/necessary. Cable harnesses shall be provided and shall have suitable protective shielding in hot zones and near oil lines. All sensors and control hardware (thermocouples, flame sensors, control valves, fuel control solenoids, etc.) shall be compatible with and operable via LabVIEW software. All ductwork shall be supported according to the latest version of Sheet Metal and Air Conditioning Contractors National Association (SMACNA) HVAC Duct Construction Standards � Metal and Flexible. All piping shall be supported according to the latest version of the International Mechanical Code. The Contractor shall follow and refer to the United Facilities Criteria (UFC) 3-301-01 Structural Engineering as well as UFC 1-200-01, which is the DoD Building Code, as applicable. Other UFCs might apply, but these two UFCs shall dictate the criteria that need to be followed for the installation process. All UFCs can be found at https://www.wbdg.org/. A licensed Professional Engineer (PE) shall ensure compliance with the UFCs and approve the installation layout and drawings. All electrical equipment installation and electrical wiring work shall comply with the latest National Electric Code (NEC) standards including National Fire Protection Association (NFPA) 70 for the safe installation of electrical wiring and equipment. � The Government will procure and later integrate an industrial positive displacement blower system and heat exchanger to simulate altitude conditions up to 30,000 ft at the turbine exhaust side, as well as a master data acquisition and control (DAC) system that will integrate the Contractor�s DAC system for the hot gas stand. A representative process flow diagram of the experimental turbomachinery facility is shown in Figure 1. � The Contractor shall provide the following as components of the hot gas stand: � Combustor System A combustor system with fuel controls shall be provided for the hot gas stand. The combustor system shall be capable of using either natural gas or diesel / F-24 jet fuel from the building supply. If the combustor system uses natural gas, the Contractor shall provide a natural gas compressor, outdoor enclosure, and associated control hardware as necessary. The combustor system shall have an operating pressure range of at least 0.5 to 4.5 bar and an operating temperature range of at least 300 to 1100�C. Inlet air and fuel control valves shall be included to set the pressure and temperature of the hot gas. The pressure and temperature control accuracy shall be at least �0.01 bar and �1�C respectively. �The combustor system shall have a minimum operating flowrate range of 30 to 300 gram per second (g/s). Control valves shall be included to set the flowrate of the hot gas. The minimum flowrate control accuracy shall be �1% of the reading. The combustor system shall ensure steady, uniform control of the gas flow conditions within the same tolerances as the control accuracies above. The combustor system shall be constructed from high-temperature materials with provision for cooling as necessary in order to enable operation up to 1100�C. The combustor system shall include a mass air flow sensor, flame sensor, and ignition system with the ability to sense flameout conditions. The system shall include automatic fuel and ignition shutoff capabilities to stop combustor operation in case any safety margins are exceeded. Suitable adapters shall be provided at the combustor inlet side to connect to the 125 pounds per square inch (PSI) compressed air supply lines in the facility. The adapters shall use quick connect/disconnect couplings. The combustor system shall include fuel pumps, control solenoids, and metering and filtering subsystems to connect to the fuel supply lines in the facility. The adapters shall use quick connect/disconnect couplings. A multi-configuration adapter shall be provided at the combustor outlet side to connect to various turbine inlet flanges. The ductwork between the combustor outlet and turbine inlet shall be constructed from high-temperature materials and thermally insulated to prevent any heat loss. � Test Section The Contractor shall provide a suitable mounting platform and containment cage for burst testing for use with the test article on the hot gas stand. Containment shall also be included to prevent loose parts from entering into or damaging the heat exchangers and positive displacement blower. The mounting platform and containment cage shall be designed for flexibility with different test articles up to 230 millimeters (mm) � 150 mm � 150 mm in size and shall include sufficient space for nonintrusive stress measurement system (NSMS) instrumentation. Multi-configuration adapters shall be included to connect to various compressor inlet/outlet flanges. Control valves shall be provided to set the pressure and flowrate at the compressor inlet/outlet. The pressure and flowrate control accuracy shall be at least �0.01 bar and �1% of the reading respectively. A heat exchanger and surge tank shall be included as necessary downstream of the compressor outlet to cool and quiet the compressed air before exhausting to ambient conditions in the lab. Instrumentation sensors and datalinks shall be included to monitor the turbine/compressor performance including flowrate, pressure, and temperature at the inlet and outlet. � Oil Conditioning System with the following components and features: Lubrication oil sump Oil scavenge pump for recirculation Multiple oil line feed filters to remove any contaminants Low oil level sensor Magnetic drain plug Oil cooling system with quick connect/disconnect couplings for the chilled water lines in facility (35% propylene glycol, 45�F) Oil heating system with a temperature control range of at least 50 to 150�C and control accuracy of at least �1�C Oil pressure control range up to at least 4 bar and control accuracy of at least �0.1 bar Oil flowrate control range up to at least 5 liters (L)/min and control accuracy of at least �0.01 L/min The oil conditioning system shall be integrated with the rest of the hot gas stand, preferably in the bottom or to one side of the stand on a suitable platform surface. � Water Conditioning system with the following components and features: Water cooling system with quick connect/disconnect couplings for the chilled water lines in the facility (35% propylene glycol, 45�F) Minimum temperature control range of 50 to 100�C and minimum control accuracy of �1�C Minimum water pressure control range up to 4.0 bar and minimum control accuracy of �0.1 bar Minimum water flowrate control range up to 15 L/min and minimum control accuracy of �0.01 L/min The water conditioning system shall be integrated with the rest of the hot gas stand, preferably in the bottom or to one side of the stand on a suitable platform surface. � � Diagrams & Manuals: The Contractor shall provide all equipment specifications, schematics, illustrated parts breakdowns (IPBs), operation and maintenance (O&M) manuals, standard operating procedures (SOPs), safety data sheets (SDSs), and relevant documents to ARL. � Delivery: The Contractor shall deliver, assemble, and test the hot gas stand at Aberdeen Proving Ground, MD, prior to accepting. Warranty: The Contractor shall provide three (3) years of warranty on the system to include all components and software that begins once the TPOC has accepted the system post testing. Preventative Maintenance: The Contractor shall perform preventative maintenance on the system in accordance with the schedule below. After each visit, the Contractor shall provide a detailed report of the systems current performance to include a recommendation of all necessary services and parts that need or may need replacement not covered in the preventative maintenance. The Contractor shall include an estimated cost, line by line, for the recommended services and replacement parts. The report shall be submitted within three (3) weeks of the service visit. The Contractor shall submit a log showing tasks and hours worked via email to the TPOC on a biannual basis. Preventative Maintenance Schedule: Prior to six (6) months after contract award (ACA). Prior to 12 months ACA. Prior to 24 months ACA. Prior to 36 months ACA. � Training: The Contractor shall provide four (4) days of in person training for ARL staff once the system is accepted post testing. The Contractor shall provide three (3) days of additional in person training both the second and third year of the system warrant/contract period of performance. � � �������������������� (vii) Delivery is required by 31 August 2021. �Delivery shall be made to Aberdeen Proving Ground, Aberdeen, MD, 21005. Acceptance shall be performed at Aberdeen Proving Ground. The FOB point is Destination. � �������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, 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: More compact configuration (maximum size: 204�in�נ92�in footprint). Additional capability to simulate altitude conditions on the compressor side. Higher control accuracies for pressure, temperature, and flowrate control. Expedited delivery time after contract award. Extended warranty coverage. Extended and/or increased preventative maintenance visits. 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 two (2) records of sales from the previous 36 months for a system that performs the same or similar function (hot gas stand) at the same or a similar scale.� 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 (with its Alternate I), Offeror Representations 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: None. � �������������������� (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: � 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6 PROTECTING THE GOVERNMENT INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT2014) - Commercial DEVIATION 2018-O0008 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018) 52.219-16 LIQUIDATED DAMAGES-SUBCONTRACTING PLAN (JAN 1999) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19� CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.222-54 EMPLOYMENT ELIGIBILITY VERIFACTION (OCT 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) �������������������� (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): � PROVISIONS: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE CLAUSES: 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � APG PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS � �������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A �������������������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. � � �������������������� (xvi)� Offers are due on 9/18/2020, by 11:59am Eastern Standard Time (EST), at caitlin.p.marino.ctr@mail.mil � �������������������� (xvii)� For information regarding this solicitation, please contact Caitlin Marino, 301-394-3165, Caitlin.p.marino.ctr@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc799240380a452298285553ff63d645/view)
 
Place of Performance
Address: Aberdeen, MD 21001, USA
Zip Code: 21001
Country: USA
 
Record
SN05800268-F 20200918/200916230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.