Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

36 -- Autoclave Upgrade, Repair, Integration, and Installation

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607T0135
 
Response Due
8/7/2007
 
Archive Date
11/7/2007
 
Description
The Naval Air Warfare Center, Weapons Division (NAWCWD) China Lake, CA has a requirement for the repair, upgrade, and installation of components into a government-owned Thermal Equipment Autoclave and a government-owned Melco Steel Autoclave at the Composites Building, Michelson Laboratory China Lake, CA. The government's minimum requirement is as follows: A. Thermal Equipment Autoclave. 1. Control System. The contractor shall: a. Remove all control hardware from existing Thermal Equipment Corporation (TEC) enclosure that measures 90" wide by 82" high x 24" deep. Power components will remain in right side of panel. b. Provide painted steel blanking plates to cover existing panel doors. c. Provide and install automative process control. d. Complete wiring and installation of all components. e. Provide new computer with color printer. The computer will contain the hardware (processor, memory, hard drive capacity, and graphics accelerator) needed to operat e the control system at full design capability. The printer will be capable of printing any report at the same level of fidelity as rendered on the monitor. Computer and printer will be installed in the existing enclosure referenced in section A.1.a. New monitor face panel will be provided. With respect to software usability, the supplier must describe how the software provides a simple and intuitive man-machine graphical user interface that clearly represents all autoclave functions and real time status of curing parameters. It is recommended that interested supplier should request an on-site visit for inspection of the current equipment, configuration. To set up an appointment with the customer for an on-site visit please contact Ms. Helen Xiong at helen.xiong@navy.mil. f. Provide process control software fully configured to control the autoclave. g. Provide one day on-site training for up to 5 employees at China Lake. 2. Vacuum Pump Upgrade. The contractor s hall: a. Remove existing government-owned vacuum pump which remains government property. b. Provide and install replacement pump. Pump will displace 41 actual cubic feet per minute (ACFM) at sea-level. c. Provide new piping and connections. d. Perform system wide leak check to verify vacuum integrity. Provide a Leak-test system. 3. Vacuum Transducers. The contractor shall: a. Remove existing government-owned vacuum transducers and replace with Intertechnology, Inc. GP:50 transducers or equivalent. The existing vacuum transducers are obsolete and utilize a non-ideal power configuration. b. Install GP:50 vacuum transducers or equivalent that are common to a calibration network. 4. Vacuum Valves. The contractor shall: a. Remove all existing vacuum supply tubing and manual vacuum valves and replace with electro-pneumatic vacuum valves for full automation of vacuum system. 5. Basin Heater. The contractor shall: a. Replace the existing government-owned basin heater. B. Melco Steel Autoclave 1. Control System. The con tractor shall: a. Remove existing black control panel. b. Remove existing wall-mount enclosure. c. Provide new National Electrical Manufacturers Association (NEMA-12) control enclosure with pre-mounted hardware. d. Provide and install automative process control. e. Complete wiring and installation of all components. f. Provide new computer with color printer. The computer will contain the hardware (processor, memory, hard drive capacity, and graphics accelerator) needed to operate the control system at full design capability. The printer will be capable of printing any report at the same level of fidelity as rendered on the monitor. Computer and printer will be installed in the existing enclosure referenced in section A.1.a. New monitor face panel will be provided. With respect to software usability, the supplier must describe how the software provides a simple and intuitive man-machine graphical user interface that clearly represents all autoclave function s and real time status of curing parameters. It is recommended that i nterested supplier should request an on-site visit for inspection of the current equipment, configuration. To set up an appointment with the customer for an on-site visit please contact Ms. Helen Xiong at helen.xiong@navy.mil. g. Provide Nema-12 console enclosure to house personal computer (PC), printer, and monitor. PC will be installed in the existing enclosure referenced in section A.1.a. h. Provide process control software fully configured to control the autoclave. i. Provide one day on-site training for up to 5 employees at China Lake. 2. Cryogenic Pump Automation. The contractor shall: a. Provide and install electro-pneumatic cryogenic valves to automate the high-pressure liquid nitrogen pump. b. Provide piping and connections. c. Provide thermocouple feedback to monitor pump temperature and verify cold temperature before enabling. d. Provide software and programming to provide 100% automation of the system. 3. Water Fill Valve & Level Sensor. The contractor shall: a. Remove existing government-owned fill valves and level sensors which remain government property. b. Provide and install new conductivity sensor for tank level control. c. Provide new electro-pneumatic water valve for tank fill operations. C. Installation, Integration and Test. The contractor shall include installation, integration and test of the system. D. Special Considerations a. System cost shall include travel to and from NAWCWD China Lake, CA to repair, upgrade, install and integrate the system, with a not to exceed autoclave downtime of three (3) weeks maximum. E. Delivery. a. Delivery shall include two (2) copies of: Original Equipment Manufacturer (OEM) manuals; maintenance manuals; electrical/hydraulic and pneumatic schematics; mechanical drawings. All manuals, schematics and drawing should come in hard-copy, supplemented by electronic copy when available and appropriate. b. Delivery shall include AutoCAD (or equivalent 3- D design software) models and documentation in hardcopy, supplemented by electronic copy when available and appropriate. This will be a Firm Fixed Price contract. Complete details will be provided with the Request for Proposal (RFQ). The solicitation will be posted on the navy Electronic Commerce Online website at http://www.neco.navy.mil and the FEDBIZOPPS website at http://vsearch2.eps.gov/servlet/SearchServlet on or about 10 July 2007. All responsible sources must be registered in the Central Contractor Registration (CCR) database at the following website: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Responses must include all information requested in the written Request for Quote (RFQ). All repsonsible offers will be considered for award. This evaluation will be in accordance with FAR 12 and 13.5, Test Program for Certain Commercial Items. NAICS Code = 339111 Place of Performance = N/A Set Aside = 100% Small Business Set-Aside
 
Record
SN01333206-W 20070704/070702221442 (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 |
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.