Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2022 SAM #7498
SOURCES SOUGHT

66 -- Sources Sought/RFI -- RQVS Autoclave

Notice Date
6/9/2022 8:25:23 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
F4FBQX2152A001
 
Response Due
6/23/2022 7:00:00 AM
 
Point of Contact
Chris Stokes
 
E-Mail Address
chris.stokes.1@us.af.mil
(chris.stokes.1@us.af.mil)
 
Description
The Aerospace Vehicles Division of the Air Force Research Laboratory, AFRL/RQV, designs and builds composite structures. These structures include carbon fiber reinforced polymers. AFRL/RQV manufactures composite structures from carbon fibers pre-impregnated with polymer resins that are subsequently cured with pressure and temperature in a controlled autoclave process. �The new autoclave must meet the following requirements: - Be capable of operating at 150 PSI and 800 �F for an 8-hour dwell. - Have a vessel temperature accuracy of +/- 2 �F across the operating pressure range. - Have a vessel pressure accuracy of +/- 2 PSI across the operating temperature range. - Have a vacuum pressure accuracy of +/- 2 PSI across the operating temperature range. - Have the capability to adjust the maximum vessel temperature and pressure deviation, and vacuum pressure deviation, during steady state operation with achievable accuracies of +/- 1 �F and +/- 1 PSI. - Be capable to achieve temperature increment (i.e., ramp) rates of 5 �F/minute. - Be capable to achieve temperature cool down rates of 10 �F/minute. - Be capable to achieve vessel and vacuum pressure increment (i.e., ramp) rates of 10 PSI/min. - Be capable of handling a 2000 lb. steel thermal mass in the vessel, while maintaining the stated temperature accuracies. - Have a minimum of 12 Type J thermocouple receptacles for part monitoring inside pressure vessel. � - Working diameter of 6 ft., excluding floor, and length of 12 ft. - Have a fully autonomous operation per user input recipe. - Have a corrosion resistant stainless steel heat exchanger and lines, wherever direct water contact occurs. - Have access to all major components and assemblies for maintenance. - Have a controller subsystem, running on a Windows 10, or above, operating system, which includes: ����������� - A controller software, resident to the controller subsystem, and able to provide functionality (per requirements) without network and internet connectivity via a graphical user interface (GUI). - File storage capability resident to the controller subsystem. - The capability to import data via USB, including through an external DVD/CD drive via USB interface. - Support cure data file export (.txt, .csv, or .xls), to include sensor data of all sensors driving the cure cycle, through a USB interface. - Support import and export integration (e.g., validated recipe conversion software) of composite curing recipes to and from Composite Processing Control software, ASC Process Systems, Inc. - The system must be powered by 480V/60hz/3ph. - Have redundant safety features, including redundant pressure and temperature sensors. - Have a maximum vessel outer temperature 140 �F, including all external parts not shielded from touch, across all operating pressures and temperatures. - Have an emergency pull cord inside the vessel to prevent operation should personnel be trapped inside. - Have a mechanical gauge on chamber indicating vessel pressure at all times. - Contain lock out / tag out provisions. - Have pressure vessel relief valves, certified by the American Society of Mechanical Engineers (ASME). - Comply with applicable National Fire Protection Association (NFPA) and Occupational Safety and Health Administration (OSHA) standards. - The system must be manufactured in the United States of America, per Exec. Order No.14005, 2021. - The system must be delivered no later than ten months after receiving order. - Startup and commissioning of the system shall be performed within 14 days from of installation completion. - All thermocouples and transducers must be calibrated following the National Institute of Standards and Technology (NIST) standards, and NIST-traceable certification must be provided upon commissioning. - The system use and operator-level maintenance training must be provided no later 30 days after installation to at least a minimum of two operators. - Operator and maintenance manuals, to include system drawings and schematics, shall be provided upon training completion; both in electronic format and hard copies. - Installation and training is to occur at Bldg. 65, 2790 D St., Wright-Patterson AFB, OH 45433. - The manufacturer shall provide a minimum 365 days warranty coverage on parts and workmanship after commissioning. - The manufacturer shall provide a spare parts package no later 180 days after commissioning, which includes all of the parts necessary to complete preventive maintenance and inspections for a period of (5) years after the warranty coverage period ends, commensurate with the manufacturer-recommended maintenance and inspection schedules. - The manufacturer shall provide the following for a period of (5) years after the warranty coverage period ends: ����������� -Provide onsite (Bldg. 65, 2790 D St., Wright-Patterson AFB, OH 45433) preventive maintenance following the manufacturer-recommended maintenance schedule and intervals; ��������� -Conduct inspections that necessitate manufacturer-qualified technician(s) for completion following the manufacturer-recommended inspection schedule and intervals; ����������� -Calibrate all thermocouples and transducers once (1) a year following the National Institute of Standards and Technology (NIST) standards, and provide NIST-traceable certification upon completion. ����������� -Provide technical support via telephone and/or email available 24/7. ����������� -Make system and subsystem(s) released software upgrades available upon request, both shipped at the manufacturer�s expense in CD or DVD media to Wright-Patterson AFB, OH 45433 and downloadable via the internet. This is a Sources Sought (SS).� This is not a presolicitation or Request for Quote (RFQ) and is not to be construed as any commitment by the Government. This notice does not obligate the Government to award a contract and or pay for any quote preparation costs.� The Government will not accept quotes at this time.� This notice is not an offer by the Government to enter into a contract. Interested Small Business concerns must identify to the contracting officer their interest and capability to satisfy the Government's requirement by closing date listed. Responses will allow the Government to conduct an initial review of market capabilities in support of requirements identified above. NAICS Code: 339113, Size Standard: 750 Employees SUBMISSION DETAILS: All interested parties are encouraged to submit a response to this Sources Sought. Responses will be accepted until 23 June 2022 at 10 AM Eastern Time and should address the following questions: 1. Company name, cage code, address, point of contact, phone number, and email address 2. Identification of whether the company is currently designated as a Small Business as defined in FAR Part 19.1 and the appropriate category (e.g., 8(a), HubZone, etc.). 3. Company description of relevant capability and experience to provide supplies/services in accordance with the minimum requirements (may submit product literature for evaluation). Capability package responses and questions shall be sent electronically to Chris Stokes at chris.stokes.1@us.af.mil Be advised that all correspondence sent via e-mail shall contain a subject line that reads �RQVS Autoclave SS.� Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files).� Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters.� Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB.� If sending attachments with e-mail, ensure only .PDF, .doc, docx, xls, or .xsls documents are sent.� The e-mail filter may delete any other form of attachments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/931a5e4febb742ddac6c4bd770c025cd/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06353932-F 20220611/220609230110 (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.