SOLICITATION NOTICE
52 -- Cyclical Corrosion Test Chamber
- Notice Date
- 7/7/2010
- Notice Type
- Presolicitation
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-10-T-0409
- Response Due
- 7/16/2010
- Archive Date
- 7/16/2011
- Point of Contact
- Margaret Reed, Contract Specialist, (973)724-3273
- E-Mail Address
-
Margaret Reed
(margaret.b.reed@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Joint Munitions and Lethality Life Cycle Management CommandJM&L LCMC) has a requirement to purchase a Singleton CCT10C-MB-8AD Cyclical Corrosion Test Chamber to perform several different types of corrosional/accelerated weathering tests. The requirement consists of the following:The contractor shall provide a chamber that has a total volume of 30 cubic feet; a sample space volume of 21 cubic feet; an inside dimension of 48X33X24D; an outside dimension of 84X42X42H. The chamber shall have the capability to provide a humidity range between 30-100% and the capability to have an operating temperature range of between ambient to 140F. The chamber shall have a color touch screen control system with the following capabilitiesTest Identification; Total number of cycles; Total test hours; Elapsed time; Cycle step identification; Current cycle; Time remaining; Exposure zone dry and wet bulb temperatures; Exposure zone temperature set point;Humidifying tower temperature; Humidifying tower temperature set point and relative humidity; Capacity for eight pre-programmed cyclic tests with up to 15 steps each; Capacity for eight user-defined programmable cyclic tests with up to 20 steps each;Capacity for six programmable static atmospheric tests; Twelve pre-programmed test atmospheres and conditions;Display in either C or F.The chamber shall have the capability to select and program humidity exposure conditions from 30-100%; a humidity sensor shielding system for accurate readings; a humidifying tower with Level Matic control and standard air flow meter and pressure gauge; a safety alarm for humidifying tower in the event of interruption of water supply; a Opti-Fog tower for atomization and dispersion of solution in uniform manner.The contractor shall provide a system that conforms to the following service requirements:a.Power shall be 240 Volt, single phase, 20 amp circuit minimumb.System shall be able to operate with a 100 psi minimum air supply, at a 10 cfm air volume.c.System shall be able to operate on a 30 psi DI water supplyd.System shall have a minimum one year warrantyJM&L LCMC intends to award a sole source contract to The Singleton Corporation, 3280 W 67th Place, Cleveland, OH 44102-5241, under the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or service will satisfy agency requirements. All responsible sources, however, may submit a proposal that shall be considered by the agency. Please submit your responses no later than 16 July 2010. Award is anticipated July 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05b61d68a67aff9b73ebe4d331a759d3)
- Record
- SN02198160-W 20100709/100707234914-05b61d68a67aff9b73ebe4d331a759d3 (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 |