MODIFICATION
38 -- Mix Kettle
- Notice Date
- 4/16/2007
- Notice Type
- Modification
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-07-Q-3004
- Response Due
- 4/25/2007
- Archive Date
- 6/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- North American Industry Classification System (NAICS) Code 332420, FSC 3895. Mix Kettle explosive, 350 Gallon Dished Top, Hemispherical Bottom Jacketed. Equipment will be brand name or equal to a 350 gallon style D7S dished top hemispherical bott om explosive melt kettle produced by Process Systems & Equipment, Division of Lee Industries, Inc. Dimensions: 66 inch I.D. x 48 inch deep. Pressure: Full vacuum- 12 PSIG design pressure internally at 250 degrees F temperature. 15 PSIG design pressure in jacket at 250 degrees F temperature. Shell: Shell Material shall be T-304 Stainless Steel of .250 minimum thickness. Jacket: Full standard hemispherical jacket and spiral baffles including four 150 lb flanged steam inlets and one flanged condensate outlet. All material will be T-304 Stainless Steel . Top Head: Top Head will be dished, jacketed, and through bolted with neoprene sealing gasket. Top Head includes flanged steam connections. All material will be T-304 Stainless Steel. Finish: #7 fi nish inside (less than 8 Ra with luster) and #4 finish outside (20-30 Ra) including all welds. Connections: Total unit with the following (a) one 18 inch hinged swingbolted manway with neoprene O-ring gasket closure of the manway will be accomplished b y a pneumatic cylinder equipped with reed limit switches (b) one polished chrome-plated safety valve, (c) one pressure/vacuum gauge, (d) one 1-1/2 inch Lee Ball Valve all on tri-clamp ferrules, and (e) two 3 inch tri-clamp ferrules with caps, clamps, and g askets. Warranty: The contractor shall warranty the mix kettle/kettles against defects and workmanship for a period of not less than one (1) year. The complete list of ALL REQUIRED specifications will be issued at the same time as the solicitation via t he websites listed below. FOB Destination, McAlester, OK. This will be a Firm Fixed Price contract and is a total small business set-aside. Quantity is 1 each. Required delivery schedule is 5 months after date of contract award. All contractors who pr ovide goods/services to the DOD must be registered in the Central Contractors Register (CCR). You may register via the Internet at http://www.ccr.gov or contact CCR at 1-888-227-2423. Approximate issue date is 30 March 2007 with the opening date 30 days from issue. The solicitation shall be issued via the Internet at http://www.osc.army.mil/ac/aais/ioc and https://acquisition.army.mil/asfi and http://www.fedbizopps.gov. Any changes to the solicitation shall also be posted to these websites. It is the r esponsibility of the contractor to check these sites daily for any posted changes. Point of contact: Michelle Talbot, Contract Specialist, michelle.talbot@us.army.mil.
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-ACA, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01274351-W 20070418/070416220747 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |