Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2004 FBO #1125
SOLICITATION NOTICE

66 -- TOP LOADING VACCUM FURNACE

Notice Date
12/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-05-R-JR03
 
Response Due
1/14/2005
 
Archive Date
12/22/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 solicitation, N00173-05-R- JR03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-26 and DFARS Change Notice 20041215. The NAICS code is 339111 and the associated small business size standard is 500 employees. NRL has a requirement for one top loading vacuum furnace with tungsten mesh heating elements configured to include the following items and features. a. The furnace will be top loading; b. The vacuum chamber shall be made of double walled 304L grade stainless steel. The chamber shall be water-cooled; c. Heating zone to measure a minimum of 3.0 inches diameter x 5.0 inches high and a maximum of 4.0 inches diameter x 6.0 inches high; d. Heating Elements, heat shields and hearth plate shall be made of tungsten; e. Furnace must be capable of operating to 1400 degrees C in inert gas and or hydrogen sulfide without degradation to the heating elements, heat shields or the hearth plate. Maximum temperature capability must be 2000 degrees C; f. The unit shall come complete with gas and water manifold systems for hook up to NRL utilities; g. In the event of a power outage or loss of chilled water, the furnace control system must be capable of shutting down the heating elements and to automatically switch over to city water in order to cool the furnace chamber to a safe temperature; h. The furnace shall have a Hydrogen Sulfide Safety System complete with H2S burn off; i. The vacuum pumping system shall be a dry system (no hydrocarbon oils) capable of reaching a vacuum of at least 10 to the negative 2 TORR; j. Data Acquisition System (HMI) and furnace control shall be computer controlled and come complete with all necessary software programming. INSTALLATION: The contractor shall provide field installation and commissioning of the system on-site at NRL-Washington, DC. DOCUMENTATION: The contractor shall provide standard technical and operation and maintenance manuals. All applicable software for effective operation of the system shall also be provided. WARRANTY: The contractor shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 18 weeks from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications-Commercial Items., which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023.The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 3:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Record
SN00726005-W 20041225/041223212159 (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.