Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2004 FBO #1108
SOLICITATION NOTICE

66 -- Explosive Atmosphere Test Chamber

Notice Date
12/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0405RQ41259
 
Response Due
12/15/2004
 
Archive Date
12/6/2005
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared under FAR Part 13.5 - Test Program for Certain Commercial Items, and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued by GovWorks under the Department of the Interior Franchise Fund on behalf of Redstone Technical Test Center. This acquisition will be issued as a Firm Fixed Price purchase order. All deliveries under this contract will be FOB Destination. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, apply to this solicitation, and may be downloaded from http://farsite.hill.af.mil. GovWorks Procurement will handle the solicitation, and resultant contract administration as well as payment of invoices. GovWorks is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal and DoD Agencies. The successful Offeror will be required to complete electronic banking information for electronic payments. All responsible and responsive offers will be considered. All questions concerning this RFQ must be received by December 9, at 2 PM (EASTERN STANDARD TIME) via email to: Pearlette.M.Merriweather@mms.gov .. Questions received after the deadline of December 9,, 2004 2PM will not be accepted. Technical and Price Quote is due via email no later than December 15, at 2 PM (EASTERN STANDARD TIME) to: Pearlette.M.Merriweather@mms.gov . No phone calls concerning this acquisition will be accepted. All inquiries must be via email, and all questions and responses will be posted to the fedbizopps website as an amendment to the original announcement. 1.0 DESCRIPTIONS AND SPECIFICATIONS: Requirements for a commercially available chamber modified for use as an Explosive Atmosphere Test Chamber This chamber will be used to conduct tests in accordance with Mil-STD 810F, Method 511.4. The fuel used to enrich the chamber atmosphere is required to be 95% n-hexane with 5% other hexane isomers (reagent grade) at a weight calculated to a total of 3.8 percent by volume of the test atmosphere representing 1.8 stoichiometric equivalents of n-hexane in air. The chamber shall be not less than 6 feet in diameter by 7 feet long (not to include domed ends) if cylindrical or not less than 6 X 6 X 7 feet if rectangular in shape. Also, if proposed chamber is cylindrical, the center line of the chamber must be no more than 4 feet off the ground. The chamber shall withstand a vacuum equivalent to not less than 60,000 ft of altitude. Vacuum pump is not required. The chamber shall have forced air circulation sufficient to homogenize the fuel-air mixture and to evenly distribute heat when temperature conditioning is required. The chamber shall have the capability to be temperature conditioned to 200 deg F. No cold temperature conditioning is required. The heat source cannot be configured such that it could be blamed for an ignition of the fuel rich atmosphere. There is 480VAC 3 phase power available. The chamber shall be insulated to an 'R' value not less than 2.0 at 500 Degrees F or equivalent of 1" thick Temp/Mat. The chamber shall have the capability to ignite a sample of the chamber atmosphere without igniting the atmosphere in the test chamber itself. There shall be a port for observation of this atmosphere ignitability test sufficient to see the ignition source as well as the reaction of the atmosphere. This 'sample chamber section' shall be vented a safe distance from the observer and shall be arranged such that the circulated atmosphere in the chamber readily flows through it. The chamber shall have a view port at least 12" in diameter installed in the chamber door. The chamber shall be equipped with lighting sufficient to record test events in the chamber with a standard off the shelf video camera. The chamber shall have a pressure relief system sufficient to vent the chamber during a total chamber ignition with a cracking pressure set at 150 psi. The pressure relief system shall be configured such that ductwork can be attached by the user to vent it outside of the test facility building. The chamber shall have the following ports through its wall: 1. 1/4" tubing into the chamber and dumping into a heated catch pan for fuel introduction and vaporization. This line should be equipped with a multi-turn valve outside the chamber. 2. 1" tubing with multi-turn 1"valve (1" FNPT connections) rated for vacuum service for plumping to existing vacuum pump. 3. 1" tubing with multi-turn 1"valve (1" FNPT connections) rated for vacuum service for venting the chamber atmosphere after test. 4. 3/4" tubing threaded for FNPT. This tubing shall not be near the vacuum pump or fresh air vent lines. 5. 3/8" tubing threaded for FNPT fittings for pressure transducer application. This tubing shall not be near the vacuum pump or fresh air vent lines. 6. 4 each 'stuffing boxes' to pass through test cabling. They shall be at least 2 ?" ID with a 3" FNPT coupling attached on the exterior. Each stuffing box shall have a threaded plug to seal the 'stuffing box' when not in use during test. If the chamber is constructed of carbon steel, it shall be painted with 'super hot aluminum' paint or equivalent inside and out. Delivery time must be included in quote. Ship to Address: Redstone Technical Test Center Redstone Arsenal, AL 35898-8052 2.0 Inspection and Acceptance Criteria 3.0 General Acceptance Criteria General quality measures as set forth below will be applied to each work product received from the contractor under this statement of work. Clarity Product shall be concise and meet all specific requirements. Consistency to Requirements The product must satisfy the requirements of this statement of work. Timeliness Product shall be delivered on or before the due date specified in this statement of work. 4.0 INVOICING: The contractor shall send all invoices directly to GovWorks at the address indicated below. Invoices are forwarded by GovWorks to the Government COTR for acceptance and approval. Invoices will be paid upon approval and acceptance by the Government COTR. 5.0 SOLICITATION INSTRUCTOINS: The following information MUST BE PROVIDED with your COST proposal submission: a. Tax identification number (TIN) b. Dun & Bradstreet Number (DUNS) c. Complete Business Mailing Address d. Contact Name e. Contact Phone f. Contact Fax number g. Contact email address ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this statement of work. If not noted in this section of your quote, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the offeror's quote. The offerors shall prepare a technical proposal that will define in detail the offeror's capabilities and approach to meeting the requirements. The narrative with the offeror's proposal must be written in a clear, concise fashion describing precisely what the offeror proposes to do to meet those requirements and relevant organizational experience. The offeror shall prepare a cost proposal that clearly indicates the proposed rates for the items listed in the DESCRIPTIONS AND SPECIFICATIONS. EVALUATION: Each offeror's proposal shall be evaluated according to the following factors: Factor A, B, C and D, are roughly equal to each other. A. TECHNICAL APPROACH / SPECIFICATIONS: 1) Understanding of the specifications and standards. B. Delivery Schedule - able to meet the specified delivery schedule as specified in the solicitation C. PAST PERFORMANCE: 1) The organization's history of successful completion of the products; history of producing high-quality products and a history of staying on schedule and within budget; 2) The quality of coordination and communication of individuals within your organization with the Government Representatives on past and current contracts; 3) The organization's specific experience in the manufacture of the required products. D. KEY PERSONNEL (example: Project Manager): 1) The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects are meant to convey similarity in products, dollar value, and complexity. E. PRICE CONTRACT AWARD: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical, Delivery, Past Performance and Key Personnel evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal, cost will become a major consideration in selecting the successful Offeror.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=212599)
 
Place of Performance
Address: Redstone Technical Test Center Redstone Arsenal, AL
Zip Code: 358988052
Country: United States
 
Record
SN00717482-W 20041208/041206212046 (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.