Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2007 FBO #2161
SOLICITATION NOTICE

95 -- Advanced Materials and Processes for Armament Structures- AMPAS

Notice Date
10/25/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-R-0230
 
Response Due
11/23/2007
 
Archive Date
12/23/2007
 
Point of Contact
Thomas Howes, Contract Specialist, (973)724-2962
 
E-Mail Address
Email your questions to Thomas Howes
(thomas.howes1@us.army.mil)
 
Description
The United States Army JOINT MUNITIONS AND LETHALITY LIFE CYCLE MANAGEMENT COMMAND, Acquistion Center in support of the Armament, Research, Development, and Engineering Center (ARDEC) intends to solicit, negotiate and award on a sole source basis to American Engineering Inc. for the fabrication, installation and testing of enhanced pre-production, pilot, and production processes for titanium and titanium alloys. The specific goal of the program is to develop and deliver lower cost titanium production within the US Army???s Industrial Base. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. 1.1 SPECIFIC REQUIREMENTS 1.1.1 Chamber Seal (Glass Seal) 1.1.1.1 The contractor shall build a glass seal for the production process based on engineering designs provided by the Government. The glass seal will provide a seal between an ever withdrawing hot ingot moving from within the melt chamber into open an atmosphere without allowing atmospheric gases to enter the chamber, without applying any material to the ingot which may contaminate the ingot material and will not wear out within a one week casting run. 1.1.1.2 The contractor shall provide subsequent testing of the glass shield at the contractor???s facility. The testing shall adhere to specifications provided by the government. 1.1.1.3 The contractor shall deliver the glass seal to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.2 System Modification (Plant Upgrades) 1.1.2.1 The contractor shall make modifications/upgrades to the production process in the following areas: ??? Electronics ??? Pneumatics ??? Hydraulics ??? Water System ??? Helium Recovery Systems ??? Gas Ventilation System ??? Structural Changes (Platforms) ??? Material Flow ??? Safety Upgrades 1.1.2.2 The modifications/upgrades will be made based on designs, drawings and recommendations from the Government. 1.1.2.3 The contractor shall provide subsequent testing of the system modifications at the contractor???s facility. The testing shall adhere to specifications provided by the Government. 1.1.2.4 The contractor shall deliver the system modifications to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.3 Weighing and Charging System 1.1.3.1 The contractor shall build a mechanism to deliver a mixed and accurately weighed, 50 pound batch of 3 different materials from ground level to the chamber hearth approximately every 45 seconds [2000#/hr] (depending on melt rate) without allowing any atmospheric gases to enter the chamber. It must have the ability to adjust the composition of the 3 different materials on the fly and not interfere with the existing material loading system. 1.1.3.2 The contractor shall provide subsequent testing of the weighing and charging system at the contractor???s facility. The testing shall adhere to specifications provided by the Government. 1.1.3.3 The contractor shall deliver the weighing and charging system to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.4 Vacuum Seal 1.1.4.1 The contractor shall build a mechanical seal utilizing high temperature rope. The seal will be embedded into two-half clamps which will surround the ingot and seal against the chamber shroud bottom. 1.1.4.2 The contractor shall provide subsequent testing of the vacuum seal at the contractor???s facility. The testing shall adhere to specifications provided by the Government. 1.1.4.3 The contractor shall deliver the vacuum seal to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.5 Withdrawal System for Rectangular Ingot 1.1.5.1 The contractor shall build guide rollers at the top and bottom of the unit along with drive rollers in order to reduce or eliminate frictional loading of the inside of the mold. 1.1.5.2 The contractor shall build water cooled and knurled drive rollers controlled by zero backlash ??? high ratio gear boxes and servo control motors to ensure a consistent and accurate withdrawal rate. 1.1.5.3 The contractor shall provide subsequent testing of the ingot withdrawal system at the contractor???s facility. The testing shall adhere to specifications provided by the Government. 1.1.5.4 The contractor shall deliver the ingot withdrawal system to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.6 Cutting System for Rectangular Ingot 1.1.6.1 The contractor shall fabricate an ingot cutting system that allows the ingot to be cut as it is being withdrawn. The kerf of the cut must be no larger than .25???. The angle of the cut must not exceed more than 5 degrees off of perpendicularity to the length axis of the ingot. 1.1.6.2 The contractor shall provide subsequent testing of the ingot cutting system at the contractor???s facility. The testing shall adhere to specifications provided by the Government. 1.1.6.3 The contractor shall deliver the ingot cutting system to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.7 Handling System for Rectangular Ingot 1.1.7.1 The contractor shall develop a system that determines if the ingot has been cut and ready for removal. The system shall securely grip the ingot, remove the cut ingot from the path of the remaining descending ingot and present it to an operator in a safe manor. 1.1.7.2 The contractor shall provide subsequent testing of the ingot handling system at the contractor???s facility. The testing shall adhere to specifications provided by the Government. 1.1.7.3 The contractor shall deliver the ingot handling system to the pilot plant facility upon selection of a site by the government. Final testing of the overall system will be conducted at the pilot plant facility in accordance to Section 1.3.10. 1.1.8 Pilot Plant Equipment Installation 1.1.8.1 The contractor shall establish a build schedule, bill of materials, list of long-lead items, and critical path tasks for all equipment build projects. 1.1.8.2 Upon acceptance by the Government at the contractor???s facility, the contractor shall install the pilot plant equipment at a location specified by the Government. The contractor shall have the capability to provide or shall make arrangements to conduct all installation services. 1.1.8.3 The contractor shall provide warranty of unique equipment items and pass along OEM warranties to the government. 1.1.8.4 The contractor shall assemble all equipment to maintain compliance with all Federal, State, and Local government standards for environment, health and safety. 1.1.8.5 The contractor shall perform on-site training and provide training manuals for all new equipment. 1.1.8.6 The contractor shall assess the equipment installation location to determine impact of installation on current operation. 1.1.8.7 The contractor shall install equipment so as to provide minimum downtime of production processes affected. 1.1.8.8 The contractor shall develop installation schedule timelines, work breakdown elements for installation, and anticipated sub-contract actions required. 1.1.9 Advanced Titanium Manufacturing Process Technology 1.1.9.1 The contractor shall develop advanced methods for improving titanium material and component manufacturing to include; preliminary design conception, estimated cost savings and/or reduction, improved yield and/or quality, improved manufacturability and the ability to influence design methods. 1.1.9.2 The contractor shall develop advanced methods in, but limited to; producing low-cost, non-aircraft standard slab material. 1.1.9.3 The contractor shall demonstrate usage of non-aerospace scrap input materials for production of titanium ingot. 1.1.9.4 The contractor shall develop novel titanium alloys that can meet armored titanium specifications at lower costs than conventional processes. 1.1.10 Final Testing / System Demonstration 1.1.10.1 The contractor shall assemble the various parts of the pilot production facility to create a fully function titanium production process. 1.1.10.2 The contractor shall verify the capabilities of the pilot plant by producing a minimum of hree rectangular ingots totaling a minimum of 10,000 pounds of titanium in the course of one continuous run. 1.1.10.3 The contractor shall provide mechanical test data for material in accordance with ASTM requirements for each ingot. 1.1.11 Technology & Knowledge Transfer The Contractor shall conduct training and seminars, make presentations, produce publications, and conduct other forms of information transfer to facilitate technology and knowledge transfer. The Contractor shall use multimedia tools as appropriate to support these activities; e.g., printed materials, photographic images, electronic presentations, videos, and CD-ROMs. The Contractor shall actively participate in technical conferences, workshops, and symposia and shall interact with related associations & organizations and technical societies germane to this Project, to raise the level of public and private sector awareness. Participation will allow the contractor to share findings from this Project and identify possible stakeholders for technology transitioning. 2.0 CONTRACT DELIVERABLES 2.1 PROGRESS, STATUS, AND MANAGEMENT REPORTS 2.1.1 The Contractor shall submit Quarterly Progress, Status, and Management Reports, per DI-MGMT-80227, Tailored, that reflect the Contractor's performance in relation to the program plan. The reporting of technical status shall summarize the work performed during a specific reporting period. The reporting of financial status shall be in accordance with applicable general reporting requirements of the basic contract. The Contractor shall report progress in a manner that continuously affords the Government visibility into the Contractor's progress. The Contractor shall note any variance regarding the schedule/funding status against PMP estimates. 2.2 ENGINEERING DRAWINGS AND REPORTS 2.2.1 The contractor shall deliver reports, engineering drawings both electronic and hard copy format in accordance with DI-MISC-80508A, item A004. Drawing shall be provided at both the system and subsystem level. All drawings shall include bill of materials listings. Drawings shall be provided to the government for review and concurrence prior to hardware build. Drawings shall be provided as required. Reports shall be submitted quarterly and at the conclusion of the contract. 2.3 FINAL REPORT 2.3.1 The Contractor shall prepare a final report for all activities conducted under this PWS. This report shall include a summary of the tasks conducted, lessons learned, conclusions, and recommendations. (DI-ADMN-80447) 2.4 HARDWARE 2.4.1 The contractor shall manufacture hardware in accordance with approved engineering drawings. The contractor shall perform acceptance testing of hardware at the pilot production facility location as determined by the government. The government will approve equipment functionality at the installation site. 2.5 GOVERNMENT PROPERTY 2.5.1 The engineering drawings associated with all hardware shall become the property of the government for its unrestricted use. The hardware installed as part of this program shall be installed in a commercial pilot production facility and shall become the permanent property of that facility at the conclusion of the testing. The government shall maintain royalty free priority use of that equipment for five years after the date of installation. 2.6 CONTRACT DATA REQUIREMENTS LIST 2.6.1 The Contractor shall submit the following reports and data in accordance with the attached Contract Data Requirements List. The Contractor shall complete all the requirements of this Performance work statement within 548 Days After Contract award (DAC). Completion dates for all sections specified in this Performance work statement shall be as scheduled in the approved Program Management Plan. Sequence Number Data Description PWS Paragraph Data Item Number Delivery Schedule A001 Program Management Plan (PMP) 3.2.1 Inclusive DI-MGMT-80004 Concurrently with the Contractor???s proposal/As Required A002 Work Breakdown Structure 3.2.2 DI-MGMT-81334A Concurrently with the Contractor???s proposal/As Required A003 Contractor's Progress, Status, and Management Report 4.1 DI-MGMT-80227 Quarterly, due by 20th calendar day following the end of quarter reported. A004 Technical Reports/Engineering Drawings 3.3.1 ??? 3.3.10 DI-MISC-80508A 30 Days after completion of each activity / work product. A005 Contract Summary Report (Final Report) 4.3 DI-ADMN-80447 30 days after completion of all PWS effort. The solicitation number is W15QKN-08-T-0239. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 effective 14 June 2007 FOB point Destination- Mr. Stephen Luckowski, Picatinny Arsenal, Building 3150, Picatinny Arsenal, NJ 07806. The following apply to this acquisition: Offerors must include brochures and literature showing their ability to meet all of the Government requirements along with their quotation. Offerors must include copies of commercial price lists indicating the price offered in response to this RFQ. Offerors must also include a completed copy of the provision 52.212-3, Offeror Representations and Certifications ??? Commerical Items. The full text of all clauses may be accessed electronically at the following address: http://akss.dau.mil/jsp/default.jsp The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors???Commercial Items (no addenda are attached to this provision.) 52.212-3, Offeror Representations and Certifications???Commercial Items 52.212-4 (DEV), Contract Terms and Conditions???Commercial Items applies to this acquisition. No addenda are attached to this clause. 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders???Commercial Items The following DFARS Clauses apply to this acquisition: 252.212-7000 Offeror Representations and Certifications 252.225-7000 Buy American Act--Balance of Payments Program Certificate 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7010 Levies on Contract Payments The following ARDEC Clauses apply to this acquisition: (Full-Text of these clauses are attached) ARDEC 30-- ACCEPTANCE ARDEC 31-- GOVERNMENT PROCUREMENT QUALITY ASSURANCE ACTIONS ARDEC 46-- DELIVERIES TO TACOM ARDEC 59-- PAYMENT ARDEC 68-- IDENTIFICATION OF CONTRACTOR EMPLOYEES (DEC 05) ARDEC 163-- DISCLOSURE OF UNIT PRICE INFORMATION (DEC 2002) ARDEC 171-- INVOICING Commercial warranty requirements apply to this acquisition that is consistent with customary commercial practices. The name and telephone number of the individual to contact for information regarding the solicitation is Mr. Thomas Howes, phone 973-724-2962, E-mail thomas.howes1@pica.army.mil. NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil . Offerors shall submit one (1) copy of their proposal electronically to thomas.howes1@pica.army.mil. The closing date for receipt of proposals is 1200 local time, November 23, 2007. NOTE 22 applies. SEE NUMBER NOTE 22.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-08-R-0230)
 
Record
SN01441046-W 20071027/071025224826 (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.