SOURCES SOUGHT
36 -- PolyLab extruder equipment modification
- Notice Date
- 3/30/2022 3:38:55 PM
- Notice Type
- Sources Sought
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-22-PolyLab
- Response Due
- 4/15/2022 11:00:00 AM
- Archive Date
- 06/30/2022
- Point of Contact
- Eileen Emond, Phone: 5082062036, Richard C. Welsh, Phone: 5082062088
- E-Mail Address
-
eileen.emond.civ@army.mil, richard.c.welsh2.civ@army.mil
(eileen.emond.civ@army.mil, richard.c.welsh2.civ@army.mil)
- Description
- Sources Sought # W911QY-22-PolyLab PURPOSE/DESCRIPTION This Sources Sought Synopsis announcement is being conducted to identify potential small business sources that possess the technical capability and qualifications in meeting the Government�s minimum needs for PolyLab extruder equipment modification to allow the inoperable Polylab extruder to be modified and retrofitted with a new drive system, temperature control and data acquisition system.� This upgrade will provide the capability to use existing extrusion hardware, such as single and twin screw extrusion barrels, for the research and development of compounded polymer formulations, films and fibers in support of Developmental Command � Soldier Center (DEVCOM-SC) located in Natick, MA. Brief Background:� It is anticipated that the Contractor shall provide one (1) Torque Rheometer and services to install a Torque Rheometer onto the existing PolyLab, which will be utilized as a new drive system that is compatible with multiple existing extruder barrels (i.e. twin screw barrel for compounding and two single screw barrels for film, fiber, sheet production).� The Period of Performance is 4 � 5 mths. from date of contract award. Requirements: a.� General Requirements.� The contractor shall provide the following: 5hp drive system Temperature control Melt temperature measuring capability Melt pressure measuring capability Torque measuring system PC interface Control and data acquisition system Physical modification to allow the existing Polylab extruder to be used with the new drive system Installation, Set-up and training on site b.� Specific Requirements:� The contractor shall provide technical specifications demonstrating equipment integration modifications meet the following: Speed Range 0-200 RPM Torque Range 20,000Gm (200nM) Control Method Closed Loop Vector Control Mixer/Extruder Interface Industry Standard Power Requirements 230vac 3ph 60hz 30amps Stop/Start and one 0-10 VDC output for auxiliary drive Six temperature zones Temperature Range 0 - 500�C (with High temperature alarm) Isothermal Temperature control capabilities Temperature sensor J type thermocouple Two melt temperatures measuring zones Two melt temperature measuring zones Direct/inline torque measuring system - 20,000gM with 0.025% accuracy Ethernet IP PC interface Data Acquisition rate 1/sec Temperature & RPM Programming Real Time process view & Real Time Trends Unlimited Recipe Storage Event & Alarm Logging Integrated Data Review Additional Information:� It is essential that the contractor have an understanding of basic and advanced extrusion operation and control, as well as electrical skills. THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTE/PROPOSAL (RFQ/P). It is a market research tool being used to determine potential small business firms capable of providing the products and services described herein prior to determining the method of acquisition and issuance of a Request for Quote/Proposal (RFQ/P).� The contractor must be able to meet the minimum and specific requirements.� The NAICS for this requirement is 333249 with a size standard of 500 employees.� The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., 100% set-aside for Small Business, Sole Source, or on an Unrestricted basis.� After review of the submitted Sources Sought, ACC-APG, Natick Contracting Command will release a Synopsis to Industry regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned Business Set Aside, Sole Source) prior to release of the final RFQ/P.� It is anticipated that the RFQ/P will be posted in April 2022.� The resulting Contract will use Firm Fixed Price (FFP) provisions. It is requested that interested businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, 10 point font minimum) demonstrating their ability to meet the minimum and specific requirements to eileen.emond.civ@army.mil, Contracting Officer and Chris Welsh, Contract Specialist, at Richard.c.welsh2.civ@army.mil, by 1400 EST 4/15/22.� Questions or comments must be submitted by 1400 EST on 4/8/22 to allow Government sufficient time to respond to inquiries.� Absolutely no requests for extensions will be honored.� Late responses will not be considered.� The Technical Capability Statement must address, at a minimum, the following: Section 1:� Introduction.� Identify the Sources Sought Number Section 2:� Corporate Description.� Name of Company and address Confirmation of Company size status under NAICS Code �����333249 Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business Two points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience providing similar efforts as described in the Minimum and Specific Requirements section within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the item described herein. Section 4.� Technical Response.� Provide a detailed technical response that addresses the Government�s minimum requirements: Statement regarding contractor�s capability to obtain a facility clearance (if applicable). Statement regarding capability to obtain the required industrial security clearances for personnel (if applicable). The Contractor shall address each of the requirements in the Minimum Requirements section and describe how each requirement will be met. Contractor�s expected period of performance/delivery is 4 � 5 mths. from date of contract award. DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL (RFQ/P). THIS 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 ANNOUNCMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ab333078978482f931c6c87a520c8fe/view)
- Record
- SN06284694-F 20220401/220330230107 (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 |