SOURCES SOUGHT
34 -- Dual High Temperature and Temper Furnace
- Notice Date
- 5/6/2021 8:57:19 AM
- Notice Type
- Sources Sought
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-21-X-AR02
- Response Due
- 6/6/2021 12:30:00 PM
- Archive Date
- 06/21/2021
- Point of Contact
- Tara Elms Henderson
- E-Mail Address
-
tara.e.henderson2.civ@mail.mil
(tara.e.henderson2.civ@mail.mil)
- Description
- NAICS Code: 333994 � Industrial Process Furnace and Oven Manufacturing � Army Futures Command DEVCOM Armaments Center, WSEC - Benet Laboratories Directorate, Watervliet Arsenal, New York is conducting market research to determine the capability of businesses to provide a dual high temperature and temper furnace to ensure availability for crucial material heat treatments. The contractor shall provide a dual laboratory furnace consisting of a hardening furnace plus a separate furnace for tempering. The two chambers shall allow for immediate tempering after quench without waiting for the hardening furnace to cool to the lower temperature required. Both chambers are equipped with their own electronic control, thermocouples and solid state relays. Auto tuning microprocessor based controls shall be accurate to � 1/4 of 1% or better. Each chamber is equipped with door safety switches that remove power from that chambers heating elements and fan blower. Alloy wire elements shall be coiled and mounted on the side walls in easy to change porcelain plates. Case shall be constructed of galvanized sheet metal and mounted in angle steel frame. Space shall be provided for air circulation between chambers. The upper chamber door and the lower chamber door shall open in a way to prevent interference of the doors such as upper door opening vertically and lower door swinging to the side. A latch shall hold the lower door closed. The tempering chamber shall be equipped with a stainless steel, centrifugal type fan to circulate the air and provide very close temperature gradients. The fan shall operate by a 1/4 HP motor. Easy access to controls and wiring shall be provided by removable side panel on control cabinet. 240 Volts, single phase, 60 Hz PID temperature controller Watlow PM4E or equivalent ( minimum 4 programs, 10 steps, timer) Approximate Size Limitations: Upper Chamber Width�� �12 in Upper Chamber Length� 20 in Upper Chamber Height�� 12 in Lower Chamber Width�� 12 in Lower Chamber Length�� 17 in Lower Chamber Height�� 12 in Overall Width�� 37 in�� Overall Length�� 38 in Overall Height�� 64 in Thermal Requirements: Max. Temperature Upper Chamber�� 2250 �F Max. Temperature Lower Chamber�� 1250 �F Additional System Features:� High Limit Controls for each chamber. Inlet Port for Protective Inert Atmosphere. Audible Buzzer Alarm DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� BACKGROUND: The applicable NAICS code for this requirement is 333994 with a Small Business Size Standard of $30,000,000.00. The Product Service Code is 3424. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements, if applicable.� Firms shall also provide point of contact information, where available, for the efforts cited above.�In addition, please provide your firm�s capability statement and a ROM estimate for the system in question. Please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government by 6 June 2021 to the US Army CCDC AC. ATTN: Tara Elms Henderson: tara.e.henderson2.civ@mail.mil.� Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey. This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9d9798927f3c4e929d6f0d502d711149/view)
- Record
- SN05994619-F 20210508/210506230120 (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 |