|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS-
AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 43 -- DESIGN, BUILD AND INSTALL A WET BAG COLD ISOSTATIC PRESS SOL
DAAL01-96-R-9858 DUE 112296 POC Eileen Frazier, Contract Specialist,
(301) 394-3374, Louise R. Mudd, Contracting Officer, (301) 394-1365.
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. The soliciation number is
DAAL01-96-R-9858. This acquisition is issued as a Request for Proposal
(RFP). The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 90-42.
This acquisition is issued as a 100% small business set-aside. The
associated Standard Industrial Classification Code (SIC) is 3821. The
small businessd size standard is 500 employees. The following is a list
of contract line item numbers and items, quantities and units of
measure. CLIN 0001 - Design, build and install a wet bag cold isostatic
press to include delivery to Chestnut Run, DE, and training, 1 ea.
Description of Requirements: The system shall inlcude ASME code stamped
pressure vessel rated for at least 15,000 cycles to 30,000 psi, a
closure mechanism electrohydraulic pump to pressurize the system,
reservoir to contain pressurizing fluid and a control system along with
all associated plumbing, fittings, wiring and structural components
needed to install the system. The high pressure valves and control
valves must have replaceable stems and seats and the tip of the stem
shall be made of stellite. The internal diameter of the pressure vessel
shall be at least 12 inches. The interior length of the pressure vessel
shall be at least 36 inches in length (not including distance needed
for top closure to seat). The system shall be capable of pressing to a
minimum of 30,000 psi. Pressurizing fluid shall be a water/emulsifying
oil mixture. The system shall be pressurized with an electrohydraulic
pump capable of pressurizing the unit to 30,000 psi in under 10
minutes. A filter system shall be supplied to protect the hydraulic
pump from the abrasion from any powders that might get into the
pressurizing fluid. The top closure shall be a quick acting threadless
pin closure or breach type mechanism capable of being closed with a
quarter turn or less, or a threaded closure with automatic cover
handling device, with automatic cover lifting device to raise top cover
to allow loading/unloading. A basket or shelf system for loading shall
be attached to cover and come out as cover is lifted. A reservoir
shall be supplied to catch pressurizing fluid when system is
depressurized for fluid level lowered and shall be capable of quickly
filling the chamber. The system shall be designed to operate in a safe
manner. Appropriate interlocks shall be used to assure vessel is
properly closed prior to pressurization. A rupture disk shall be
included to prevent over-pressurization of system. In event of disk
rupture, fluid shall dump back to reservoir. The top closure shall not
come down in hydraulic system failure. In event of complete power
loss, a means to depressurize system shall be provided. Shielding shall
be provided to protect operator in case of rupture of high pressure
hydraulic lines. The system shall have automatic pumping control. At a
minimum, it shall pump to adjustable set point and hold at that set
point. The maximum height of unit when open or closed shall be under 15
ft. and shall be capable of fitting through 6 ft. wide, 7.5 ft. high
door. The system shall be set up and inspected at the manufacturer
site, then shipped and installed at Government site and successfully
run. Training for operators shall be provided at time of installation.
Two sets of technical drawings and operators manuals shall be
supplied. Design specs and drawings shall be submitted with proposal.
Delivery to Chestnut Run, DE is required within 60 days of contract
award. Acceptance shall be performed at Chestnut Run. The FOB point is
destination. The provision at 52.212-1, Instructions to Offerors -
Commercial, applies to this acquisition. The following addenda have
been attached to this provision: 52.215-16, 52.216-1 and 52.233-2. 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: Offeror shall provide
a detailed description of technical approach to be used. Offeror shall
provide a physical description of the CIP which shall address: (a)
size, weight, lay out of components, electrical requirements, (b) any
other requirements such as cooling water, lab air, (c) the size of the
pressure vessel OD, ID and inner and outer heights, (d) material the
pressure vessel is made of, (e) mechanism pressurizing the system, (f)
description of top closure mechanism and head handling system, and (g)
fluid handling description. The offeror shall provide a detailed list
of capability specifications for the press to include: (a) maximum
pressure, (b) time to pressurize unit to maximum pressure, (c) number
of programmable ramps and holds, (d) weight capacity, and (e) data
acquisition capability. The offeror shall describe past contractual
performance on three similar systems which were delivered during the
last three years. The offeror shall provide pertinent information
including agency/company, technical representative name, address and
phone number, final cost and delivery date. The offeror shall propose
a schedule for completion and verification of the press. Offerors shall
include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications - Commercial Items, and DFARS
252.212-7000, Offeror Representations and Certifications - Commercial
Items, with its offer. Offerors shall also include their Contractor
Establishment Code (CEC) and Commercial and Government Entity (CAGE)
Code. 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: 252.225-7001, 252.225-7012,
252.233-7000, 52.230-3, 52.211-15, 52.211-16, 52.211-17, 52.215-43,
52.225-11, 52.232-17, 52.232-28, 52.242-13, 252.225-7002, 252.225-7009
and 252.232-7006. The clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders -
Commercial Items, applies to this acquisition. The following additional
FAR clauses cited in this clause are applicable: 52.203-6, 52.203-10,
52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37. The
clause 52.048-4400 Acquisition Reform Incentives (JUL 1996) (96-DEV-4)
is applicable to this procurement. The following additional contract
requirement(s) or terms and conditions apply: The contractor shall
provide an industry standard warranty to include parts and labor, for
a period of one (1) year from the date of delivery. This acquisition is
rated under Defense Priorities and Allocations System (DPAS) as DO.
Offers are due on 22 Nov 96, 2:00 pm, at the Army Research Laboratory,
2800 Powder Mill Road, Adelphi, MD 20783-1197. For information
regarding this solicitation, please contact Eileen Frazier on (301)
394-3374. All responsible sources may submit a bid or proposal which
will be considered by the Agency. No telephone requests will be
honored. See Numbered Note(s): 1. (0312) Loren Data Corp. http://www.ld.com (SYN# 0207 19961108\43-0001.SOL)
43 - Pumps and Compressors Index Page
|
|