Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

66 -- RF Temperature & Humidity Test Chamber

Notice Date
7/3/2008
 
Notice Type
Presolicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, DAHLGREN DIVISION, 17632 DAHLGREN RD, DAHLGREN VA 22448-5110
 
ZIP Code
22448-5110
 
Solicitation Number
N0017808R1034
 
Response Due
7/18/2008
 
Archive Date
12/31/2008
 
Point of Contact
XDS117 540-653-7086 XDS117 540-653-7086
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on-line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items 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 a written solicitation will not be issued. Simplified Acquisition Procedures will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure on a full and open competition basis the following items: CLIN 0001- A quantity of 1 each Temperature and Humidity test Chamber in accordance with the following statement of work: SECTION C - DESCRIPTION/SPECIFICATIONS/ WORK STATEMENT C.0The contractor shall deliver and install a temperature and humidity chamber at NSWCDD Explosive Experimental Area, Dahlgren, Virginia. The chamber shall meet the requirements outlined in this statement of work. DESIGN REQUIREMENTC.1CHAMBER CONSTRUCTION: C.1.1 The maximum exterior chamber dimensions are 44-ft long and 10-ft wide. The chamber walls and ceiling shall be designed to maximize internal volume yet provide sufficient insulations for the required temperature range. The chamber must be capable of being placed inside building 9462 (dimensions are 40 feet x 50 feet 4 inches) without any physical change to the building shell. Vendor proposals shall include a drawing of the proposed chamber layout including access doors, movable partitions and machinery sections. C.1.2 The chamber may be constructed with welded or prefabricated panels. Interior walls and ceilings shall be at least 22 gauge stainless steel. Exterior walls shall be aluminum, stainless steel or epoxy painted steel. Wood shall not be used in the wall, ceiling or floor panels. C.1.3 Chamber thermal insulation shall be a minimum of 4-in of urethane foam in walls, ceiling and floor. Other insulation materials may be proposed if they provide the same or better performance over the temperature and humidity operating range of the chamber.C.1.4 The chamber floor structure shall be constructed to support a 7,000 lb/sq-ft live load. The floor surface shall be stainless steel plate a minimum of 12 gauge. The government will modify Building 9462 with a recessed concrete slab to accommodate the chamber floor structure. C.1.5 all chamber access doors shall be a minimum of 60-inches wide by 78 inches high. The door shall be designed with one multi-pane heater window with wiper assembly and the window shall be located at approximately eye level. Nominal window dimensions are 12-in x 12-in. The door shall have a release that is operable from inside the chamber. C.1.6 Each cell of the chamber shall include two stainless steel instrumentation ports that penetrate the walls and allow for instrumentation cabling to enter and leave the cell. Ports shall be 4 inches to 8-inches in diameter. Ports shall be located approximately 3 feet above interior floor and on either side of the entry door. A removable insulated plug shall be provided for each opening. C.1.7 The interior of the chamber shall be equipped with electric lighting providing at least 40 lumens/sq. ft. The lighting shall be controlled from a switch on the outside of the chamber and the lights shall function over the full temperature and humidity operating range of the chamber. Prior experience at NSWCDD has shown that standard incandescent bulbs do not meet the requirement for operation when transitioning from high temperature and humidity to low temperature. C.2 CONDITIONING SECTION: C.2.1Heavy duty type motors shall be used to drive the air circulation blowers. These motors shall be located outside of the temperature conditioned space and the fans shall be driven by means of extended stainless steel shafts designed with bearing that will operate over the full performance range of the chamber. C.2.2 The air circulation shall be designed to provide a minimum 6,000 CFM airflow. The 6,000 CFM requirement applies if the chamber is configured as three individual cells or one large chamber. The fans shall be designed to prevent air stratification throughout the chamber. C.2.3No material, such as liquid nitrogen or carbon dioxide, shall be injected into the chamber to achieve the required temperature conditions. C.2.4The humidity system shall employ a solid-state humidity sensor and the vapor generator shall be constructed of stainless steel.C.2.5The steam generator shall be equipped with an over-temperature limit.C.2.6A low water protection device shall be supplied for the vapor generator. C.2.7The chamber shall be equipped with a water demineralizer system with a replaceable cartridge. The filter shall remove contaminates from the water than enters the humidity system to prolong life of components. C.2.8 The relative humidity of the air within the chamber shall be decreased by refrigeration coils. These coils shall be located out the main air stream and properly baffled to prevent upsetting the dry bulb.C.2.9The system shall provide adequate cooling of the compressors and the refrigerant system shall be designed with CFC-free refrigerants. C.2.10 Personnel will enter the chamber while at cold temperature for test item inspection. Substantial quantities of hot and humid outside air will enter the chamber. The chamber shall include the necessary venting to prevent chamber structural damage from pressure changes. C.2.11 The conditioning section shall be located such that it maximizes the usable internal volume of the chamber. Building 9462 has a ceiling height of over 20-ft, so conditioning machinery could be located above the chamber.C.2.12All machinery shall be enclosed and equipped with OSHA-approved fan guards. C.2.13The compressors may be cooled with either an air-cooled condenser or a water tower. The vendor shall show calculations of temperature performance depending on what type of cooling is chosen. If water cooling is used, the vendor shall supply and install the necessary cooling tower for chamber operation. The cooling tower or air-cooled condenser shall be located on an existing concrete pad behind building 9462. The vendor shall provide all necessary interconnects between the cooling equipment and the chamber machinery section. C.3 REFRIGERATION SYSTEM C.3.1 The refrigeration section shall be designed with 30HP (minimum) semi-hermetic compressors in cascade arrangement or other refrigeration system of equal performance.C.3.2The system shall provide adequate cooling of the compressors and the system shall be designed with CFC-free refrigerants. C.3.3 The refrigeration system does NOT require explosion proof electrical wiring. C.3.4 The refrigeration control system shall include electronic transducers to report refrigeration system status to the electronic control system. The operator shall have visibility of all pertinent refrigeration system operating pressures and flows. C.3.5 The refrigeration system shall include suction and discharge vibration eliminators, oil separators, dryers, suction and discharge service valves, evaporators, liquid line solenoid valves, liquid injection systems, high-side vapor tank, cascade condensers, and industrial-type compressors. C.3.6Compressors are to be supplied with: head fans, oil pressure switches, discharge thermostat, circulator interlock for heater and refrigeration, factory set high heat limit. C.3.7Personnel will enter the chamber while at cold temperature for test item inspection. Substantial quantities of humid outside air will enter the chamber and can cause freeze-up of the cooling coil. The cooling coil shall include a defrost method such as hot gas defrost or coil heaters. The defrost system shall be controlled via programmable steps in the chamber controller. C.3.8 The condenser and vapor tank are to be ASMS certified. C.3.9 The refrigeration system shall be designed to operate continuously or intermittently so the system can be shutdown for up to 90 days without requiring special servicing. C.3.10 All noise generating refrigeration machinery shall be enclosed in an acoustical compartment. An acoustical air ventilation system shall be incorporated to provide adequate ventilation to the refrigeration compressors C.4HEATER REQUIREMENTS: C.4.1 Heating shall be accomplished by open coil nichrome or equivalent electric resistance heater elements. C.4.2The system shall be supplied with a master heat contactor that is separate from control contactors. C.4.3 The heaters shall be staged, as required, for regulation of heat input during varying load and temperature conditions. C.4.4 The heater shall be baffled from the test space to prevent direct radiation to the test items. The heater shall be easily accessible for maintenance or removal. C.5ELECTRICAL POWER: C.5.1 The system shall be designed to operate with 480V, 3 phase, 60 Hz power. The control circuits shall operate on 120V single phase power. 800 amps is the maximum permissible electrical load for simultaneous operation of all cells in the chamber. C.5.2All electrical components and wiring shall conform to National Electrical Manufacturers Association and National Electrical Code Standards, and NEMA 1 Electrical Standard Compliance. C.5.3 The electrical system does NOT require explosion proof wiring. C.6 CONTROL SYSTEM: C.6.1The system shall utilize a digital microcomputer programmer/controller for all aspects of system programming and control. The user interface shall be a color touch screen at least 12-in in size and a minimum 800x600 pixel resolution. The controller must have the ability for remote-control operation via an Ethernet TCP/IP interface. The three cells of the chamber shall have independent displays for operation, but the entire chamber may be controlled via a single controller. C.6.2The controller shall include a system monitoring capability in conjunction with thermal alarms. The controller shall provide redundant safety controls, provide information on the chamber's refrigeration operation, humidity, heating and/or other systems. The monitor shall provide the capability to restart the chamber and support user maintenance schedule requirements. The refrigeration system performance display shall include a minimum of the high side and low side pressures for each compressor in the refrigeration system. C.6.3 The controller shall be mounted on the side of the chamber or in a free standing cabinet provided by the vendor. C.6.4Thermal alarms are to be provided that will sound an audible, visual and relay contact indication of a temperature which exceeds a prescribed high or low limit. C.6.5 Limit, calibration data, etc., shall be stored in a non-volatile memory and returned in the event of power loss. Features shall include: peak temperature hold, alarm timer, self-diagnostic capability, open sensor protection, manual or automatic reset, Fahrenheit or Celsius degrees selectable, and software calibration. The controller shall allow for a power failure restart of a test that is already in progress. C.6.6 Monitored data shall include air temperature, test item temperature, humidity. The system shall allow for system control on any or all of these parameters. The controller shall have the capability for up to eight additional thermocouple inputs. At least two auxiliary relays shall available for program control of external equipment during a programmed temperature profile. C.6.7 Process variables shall be sampled every 0.5 seconds or faster. Minimum measurement accuracy is 0.25 percent of span. Temperature resolution of 0.1 deg F and 0.1 percent relative humidity. C.6.8 The chamber shall have a backup safety system for the maximum chamber temperature. This safety limit switch shall be fully independent of the computer controller and shall disconnect chamber heading in case of catastrophic failure of the computer based control system. C6.9 Process thermal and humidity data shall be logged to non-volatile storage on the controller. The non-volatile data storage shall be protected against accidental data erasure or modification. Data formats shall include ASCII text of temperature and humidity data for export to other programs. The controller shall include a USB port for connection of external data archiving devices. PERFORMANCE REQUIREMENTS C.7 TEMPERATURE CONTROL: C.7.1The unit shall operate between the limits of -85 deg F and +200 deg F and must be capable of responding with a temperature transition of 1.8 deg F minute minimum. This response is based on a 2500 pound aluminum mass and a temperature change between -85 deg F and +200 deg F. C.7.2The temperature gradient throughout the chamber work space shall be plus or minus 3 deg F when measured beyond 12-in of any floor wall or ceiling surface. C.7.3 The system shall restabilize in a 30-minute period, for any temperature set point between plus 76 deg F and plus 185 deg F when the following sequential operations are performed: (1) the control switch for the air flow system is turned to the "OFF" position, (2) the entrance door to the chamber is opened, (3) 2500 pound aluminum mass that has been conditioned at minus 65deg F for a 24- hour period is inserted into the chamber, (4) the entrance door to the chamber is closed, and (5) the control switch for the air flow system is turned to the "ON" position. the control switch for the air flow system shall have been in the "OFF" position for a 6-minute period and the entrance door to the chamber shall have been open for a 5-minute period. C.7.4The system shall be capable of attaining the following empty chamber conditions (1) from plus 76 deg F to a stabilized temperature of plus 160 deg F in 0.5 hours, (2) from plus 76 deg F to a stabilized temperature of plus185deg F in 1-hour. C.7.5The system shall restabilize in a 30-minute period, for any temperature set point between plus 76deg F and minus 85deg F when the following sequential operations are performed: (1) the control switch for the air flow system is turned to the "OFF" position, (2) the entrance door to the chamber is opened, (3) 2500 pound aluminum mass that has been conditioned plus 160deg F for a 24-hour period is inserted into the chamber, (4) the entrance door to the chamber is closed, and (5) the control switch for the air flow system is turned to the "ON" position. the control switch for the air flow system shall have been in the "OFF" position for a 6-minute period and the entrance door to the chamber shall have been open for a 5-minute period. C.7.5The system shall be capable of attaining the following empty chamber conditions: (1) from plus 76 deg F to a stabilized temperature of minus 65 deg F in 0.5-hours, (2) from plus 76 deg F to a stabilized temperature of minus 85 deg F in 1-hour. C.8 HUMIDITY CONTROL: C.8.1 The humidity performance shall provide the capability to provide 20 percent to 95 percent relative humidity (RH) in the dry bulb temperature range of plus 41 degrees F to plus 150 degrees F, limited by a minimum dew point of plus 40 degrees F. C.8.2 Humidity stability of 5 percent RH is required when the control point located in the supply air stream is compared to the set point. C.8.3 The system shall restabilize in a 30-minute period, for any combination of temperature and humidity set points between plus 76 deg F and plus 185 deg F and between 90 percent and 98 percent RH when the following sequential operations are performed: (1) the control switch for the air flow system is turned to the "OFF" position, (2) the entrance door to the chamber is opened, (3) 2500 pound aluminum mass has been preconditioned at minus 65deg F for a 24-hour period is inserted into the chamber, (4) the entrance door to the chamber is closed, and (5) the control switch for the air flow system is turned to the "ON" position. The control switch for the air flow system shall have been in the "OFF" position for a 6-minute period and the entrance door to the chamber shall have been open for a five minute period. C.8.4 The system shall be capable of attaining the following empty chamber humidity conditions for any temperature set point selected: (1) From a relative humidity of 20 percent to a stabilized relative humidity of 95 percent in three hours, (2) from a RH of 95 percent to a stabilized relative humidity of 20 percent in three hours. C.9INSTALLATION: C.9.1 The government will be responsible for the following: Services consisting of electrical power, water, drain, and interface to within ten feet of the equipment. Any building alterations and/or penetration including preparation of the recessed floor slab to accommodate the chamber. C.9.2The vendor will be responsible for the following: chamber delivery to NSWCDD, rigging, chamber assembly, labor and materials for utility connections, all aspects of the refrigeration system, installation of the air cooled condensers or water cooling tower. C.10DOCUMENTATION C.10.1 The contractor shall deliver two complete sets of instruction manuals that include as- built documentation of the electrical and mechanical systems. C.11 TRAINING: C.11.1 Upon completion of the installation, an on-site training session shall be provided to NSWC personnel on the operation and basic maintenance of the chamber and its control equipment. C.12ACCEPTANCE: C.12.1 The vendor shall demonstrate performance of the fully assembled and operational chamber at the vendors facility. C.12.2 Final acceptance of the chamber will be take place only after chamber operation is demonstrated at NSWCDD. C.13 WARRANTY: C.13.1The contractor shall provide a standard commercial warranty which in no case shall be less than 12 months from the date of installation. C.12.2 The contractor shall be responsible for labor charges in connection with repair or replacement for a period of at least 90 days from date of installation. When submitting proposals, please include the following information: (1) RFP number(N00178-08-R-1034) (2) Offerors name, address, point of contact, phone and fax numbers, e-mail address; (3) offerors DUNS number, CAGE code, and TIN number; (4) documentation that shows the offerors current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award; (5) A copy of the complete commercial warranty provisions and terms; (6) Offered delivery time; (7) Offerors remit to address; (8) Completed copies of FAR 52.212-3 and DFARS 252.212-7000; (9) Past performance data of the last three sales for the same or similar items. For each reference include: contract number, dollar value, date of sale, organizational name, point of contact, address, phone number and e-mail; (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list; (i) is regularly maintained; (ii) is published or otherwise available for inspection by customers (iii) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established pricelist; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offerors most favored customer for like items in similar quantities under comparable conditions. In accordance with FAR 52.212-2, Evaluation-Commercial Items (JAN 1999), applies (a) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer will be most advantageous to the Government under the following evaluation criteria: Technical approach: 50 percent Cost: 30 percent Past Performance: 20 percent. This acquisition will occur via a Firm Fixed-Price contract. Price requirement: offers are not to exceed $625,000.00. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. All items shall be delivered and accepted FOB-Destination to the Naval Surface Warfare Center, Dahlgren Division, 6220 Tisdale Rd. Suite 159, Dahlgren, VA 22448-5114 between the hours of 7:00 a.m. and 2:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays. Delivery is required no later than 19 September 2008. The solicitation number is N00178-08-R-1034 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-17 (14 June 2007), and DFARS Change Notice 20070531. The NAICS Code associated with this procurement is 333994 and the size standard relating to this NAICS Code is 500 employees. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation and is hereby incorporated by reference. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, subparagraphs (a), (b)(1), (b)(7), (b)(13-20), (b)(24), (b)(31), (d), and (e) apply to this solicitation and are hereby incorporated by reference. DFAR 252.211-7003 Item Identification and Valuation. Finally, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), (b)(252.225-7012), (b) (252.227-7015), (b)(252.227-7037), (b)(252.243-7002), (b)(252.247-7023), (b)(252.247-7024) and (c), and DFARS 252.204-7004, Alternate A, and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country also apply to this acquisition. The closing date for receipt of the proposal is 2:00 p.m. (Eastern Time), 18 July 2008. Electronic quotes are encouraged at dlgr_nswc_xds11@navy.mil, but the proposal may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS117, 17632 Dahlgren Rd. Suite 157, Dahlgren, VA 22448-5110. The Naval Surface Warfare Center, Dahlgren Division, has implemented Electronic Commerce (EC) in the acquisition area; therefore, the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/SUPPLY. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web site to ensure that they have downloaded all amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=78ee5585e048c04e478803d298ace295&tab=core&_cview=1)
 
Record
SN01607538-W 20080705/080703220644-78ee5585e048c04e478803d298ace295 (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.