Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2004 FBO #0957
SOLICITATION NOTICE

41 -- SELF CONTAINED, PANALIZED CONSTRUCTION, TEMPERATURE/HUMIDITY TEST CHAMBER

Notice Date
7/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0593
 
Response Due
7/16/2004
 
Archive Date
9/14/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 contractor shall provide a self contained, panalized construction, temperature/humidity test chamber. The specification for this chamber shall be as follows:CHAMBER SPECIFICATIONS:Int erior Dimensions:8 wide x 8 deep x 7 10 in high, clear usable work-spaceExterior Dimensions: 10 wide x 14 deep x 9 high, including conditioning unitElectrical Service:460 volt, 3-phase, 60 hertz, approximately 85 full load ampsRefrigeration System:15 tota l hp, 7.5 hp compressors, Ozone Friendly Refrigerant Rminus507,Rminus23, internal air-cooled condenser Heating System: 12 kWHumidity System:6 KWHumidity water requirements: 1 to 2 gallons per hour,demineralized. PERFORMANCE SPECIFICATIONSTemperature Range: minus68oC to plus85oC Control Accuracy: plus1oC air temperature control tolerance as measured at the control sensor, where the conditioned air enters the work-space, after stabilization. Stabilization occurs when the temperature of the chamber wall liner changes less than 1EC per hour.Heating and Cooling Performance:The chamber with mechanical refrigeration and electric heat shall perform the following temperature transition rates after a 1 hour soak:71 EC to -54 EC in approximately 136 minutes 0.9 EC per minute average rate of change -54 EC to 71 EC in approximately 42 minutes 3.0 EC per minute average rate of change Dead Load:100lbs aluminum or equivalent Humidity Range: MIL-STD-810F 10 to 95 percent relative humidity as limited by a 4EC minimum dew point and a maximum dry bulb temperature of 70EC.Humidity Stability: 5percent RH measured at the control sensor System Noise Level:78 db A or less @ 36 around the chamber exterior. CONSTRUCTION: Modular Panel Sections:The chamber proper shall be comprised of p refabricated, insulated panel sections. The interior wall and ceiling surfaces shall be 20 gauge, type 302 stainless steel. The floor surface shall be 16 gauge, type 302 stainless steel. The exterior surface of the chamber proper shall be .042 thick, pat terned, polyester baked on enamel, which minimizes scratches and scuff marks. All interior parts exposed to the chamber environments shall be fabricated of corrosion-resistant materials. Ceiling & floor panels shall be joined with threaded rod. Cam locks s hall be used for joining the side panels and mating top and bottom sections to the sides. All cam lock and threaded rod access ports shall be located on the exterior of the chamber.Insulation Materials:The insulation material shall be 5 thick, foamed-in- place urethane, with a K factor of .118, an insulating R factor of 34, and a UL 25 flame spread rating. Door and Hardware:One 36 wide x 78 high bi-parting door. The doors shall be equipped with an inside safety release. Anyone locked inside accidentally can simply push a lever to gain immediate release. A 14 x 23 three pane heated window with a manual wiper shall be included in each door. The machinery section, which houses the refrigeration equipment shall be composed of heavy-duty welded structural steel framework with sheet metal panels. Removable panels shall be provided for access to serviceable components. The exterior shall be finished with a air-dried enamel sprayed over a cleaned and primed surface.CASCADE REFRIGERATION SYSTEM shall include suction and discharge vibration eliminators, oil separators, air-cooled condenser, sightglass, driers, suction and discharge service valves, evaporator, liquid line solenoid valves, liquid injection systems, high-side vapor tank, cascade condensers and in dustrial-type compressors.Vapor receivers shall be used in the discharge side of the low-stage refrigerant circuit. Receivers shall be designed to hold the ent ire low-stage refrigerant charge without the pressures exceeding 250 PSIG. Inlet and outlet valves on these receivers permit pumping the entire refrigerant charge into the receiver while making repairs or changing parts on the low-stage system. The use o f high-side vapor rceivers permit starting the low and high refrigerant stages at the same time since the low-stage discharge pressures cannot exceed 250 PSIG. Refrigerants:Non-explosive OZONE FRIENDLY refrigerants shall be used. The low-stage systems sha ll charged with Refrigerant R-23, and the high-stage system with Refrigerant R-507.Cooling Coils: Copper tube, aluminum fin evaporators shall be used. Low-Temperature Control:Evaporator temperatures shall be controlled by blocking the refrigerant flow with solenoid valves located in the refrigerant liquid lines. Bypass solenoids allow the refrigerant to bypass the evaporator and enter the suction line. Liquid refrigerant shall mix with these hot discharge gases to prevent over-heating the compressors duri ng the off cooling cycle. The liquid and bypass solenoids shall be operated by signals from the temperature controllers.All refrigerant joints shall be sil-fos or silver solder. Compressors are spring-mounted for smooth and quiet operation. Refrigerant lines shall be clamped to prevent rattling and chaffing.The refrigerant systems shall be designed to operate continuously or intermittently. They shall be able to be shut down for extended periods of time without requiring special servicing. ASME appr oved refrigerant vessels, over pressure limit cut-out switches, pressure relief valves shall be used in the refrigerant system. HEATING SYSTEM: Shall be accomplished by electric heater elements that respond rapidly to instrument demand with minimum residu al eating effects minimizing overshoot. The heaters shall be staged for ease of regulation of heat input during varying load and temperature conditions. The heaters shall be baffled from the test space to prevent direct radiation to the items on test. The heaters shall be easily accessible for maintenance or removal. Circulator Motor:Two heavy duty ball bearing type motors shall be used to drive the air circulator fans. The motors are located outside the temperature conditioned space, and the blowers are driven by means of extended stainless steel shafts. CONDITIONING SECTION:Cooling coils, heating elements, and other related conditioning components shall be properly baffled and do not protrude into the work-space. Fans shall be used to provide air c irculation within the conditioned area. The fans shall be designed to assure proper air distribution and prevent air stratification throughout the chamber. Conditioned air shall be supplied at the top of the ECMD conditioning unit, blown outward into th e center of the chamber and returned to the ECMD conditioning unit at the lower level. Conditioning plenums shalll be provided with double deflection dampers to Afine tune@ the air flow within the chamber. ELECTRICAL SYSTEM:Motor starters, heater contact ors, relays and other electrical components shall be grouped together and enclosed in a power distribution panel. Motors and heaters shall be arranged to provide balanced electrical circuits. Fuses, circuit breakers and thermal overloads shall be used to protect the components in each circuit. Chambers are capable of operating on any specified voltage. Control circuits operate on 120-volt power provided by an attached step-down transformer.All electrical components and wiring conform to the National Elec trical Manufacturers Standard.Control switches with engraved name plates and pilot lights are grouped together on the control panel.INSTRUMENTS AND CONTROLS:The following instruments and controls shall be provided to monitor and control the internal chamb er environments.Temperature programmer/controller: VS-1 control system including a Touch-Screen and 3.5 1.44 MB floppy drive Humidity sensor: Vaisala solid st ate humidity sensors shall be used to monitor the humidity in the chamber. Product Safeguard:A Watlow Model 97 over/under temperature limit. Visual and audible alarms shall be activated whenever the preset high/low values are exceeded. Chart Recorders: A Honeywell DR45AT Truline chart recorder shall be provided to record temperature and humidity process variables. The Truline features user definable graphing by using a thermal printing process on blank circular charts. ACCESSORIES Viewing Window:A 14 x 23 multi-pane viewing window shall be provided in the chamber door. Interior Lights:The chamber shall be provided with an incandescent interior lighting system with standard work environment illumination levels. Access Ports: The chamber shall be provided w ith stainless steel access ports. The ports shall be flanged and sealed to the internal liner and flanged and sealed on the chamber exterior. Ports shall be provided with an insulated sponge type plug. Main Power Disconnect Switch: The chamber shall be equipped with a locking main power disconnect switch.Refrigeration Gauges: The chamber shall be equipped with high and low side refrigeration pressure gauges. Gauges monitor the refrigeration system discharge and suction pressures. FEATURES:Branch Circ uit Protection:Fuses, circuit breakers, and thermal overloads shall be provided to protect individual circuits and components.Labels:All wiring is clearly labeled and identified with wires and terminals labeled to correspond to the electrical schematics.Fu nctional Switches:Control switches with engraved nameplates and pilot lights are provided. Instruction Manuals:Two sets of operator and maintenance instruction manuals shall be provided .Compressor Time Out:The refrigeration compressors shall not cycle on and off with instrument demand. After a predetermined, uninterrupted, no-cooling heating period, the compressors shall shut off. Incorporated to increase compressor life.External welds are ground smooth for safety purposes. Fan guard openings shall be no larger than 3/8 of an inch, including compressor fans.Installation Drawings:Two sets of installation and interconnection drawings shall be furnished at the earliest possible time to assist in facilities and installation planning. SAFETY FEATURES:Low Press ure Cutout: Located in each refrigeration system, factory set to prevent the compressor from operation below recommended levels.High Pressure Cutout: Located in each refrigeration system, factory set to prevent the compressor from operating above recomm ended levels.Master Heat Contactor:Wired in series with the instrument controlled heat contactors. This device does not cycle with instrument demand but is controlled by the over-temperature safety limit. This minimizes an over-temperature condition due to welded contacts on the heat contactor.Pressure Relief Valve:Located in each system to prevent excessive pressure build-up in the systems. All refrigerants are non-toxic, non-flammable, and OZONE FRIENDLY. Circulator/Heater Interlock:The heaters cannot b e energized until the circulator motor contactor is energized to prevent heaters from burning out due to lack of air flow. High Temperature Limit:Factory set, field adjustable to protect the chamber from exceeding design limits. QUALITY ASSURANCE: The cham ber must be inspected at the sub-system level during manufacture to assure compliance to the physical specifications .INSTALLATION:The Government will provide required electrical power and/or plumbing connections to the chamber or machinery section as well as building alterations. The Governement will unloading the chamber at his dock and move-in to its final location. The Contractor shall provide certified manufacturing drawings. After notification by the Government that the equipment site is prepared an d equipment located, and all utilities are connected, The Contractor shall provide technicians to work with designated personnel on interconnecting and installi ng all sub-systems. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governmen t??????s Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions??????Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination, 52.249-2 Termination fo r Convenience of the Government (Fixed Price), 252.204-7004 Alt A Required Central Contractor Registration, 252.243-7001 Pricing of Contract Modifications, APG 52.0229-4100 Exemption Certificate from Maryland Retail Sales and Use Tax. The provision at 52. 212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 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: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the pr oposal. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedule s, warranty, and support. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an awar d without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. 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: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) , FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperat ion with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause are applicable: 52.203-Gratuities, 252.205-700 Provision of Inf ormation to Cooperative Agreement Holders (DEC 1991) (10 U.S. C. 2416), DFAR 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003)(41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7012 Preference for Certain Domestic Commodities(JUN 2004)(10 U.S.C. 2533a). 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electroni cally at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by July 16 2004 no later than 3:00 PM EST at the US Army Contra cting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 306-3717, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00617212-W 20040710/040708212233 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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