Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOURCES SOUGHT

66 -- Hot Isostatic Press Unit

Notice Date
1/13/2012
 
Notice Type
Sources Sought
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBFN1342A002
 
Archive Date
2/8/2012
 
Point of Contact
LaToya S High, Phone: 937-522-4646
 
E-Mail Address
latoya.high@wpafb.af.mil
(latoya.high@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a lab sized Hot Isostatic Press (HIP) unit. Firms responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The building specification where the HIP unit will reside: 1. Maximum equipment footprint = 5ft deep by 10ft long by 13ft high 2. Doorway measurements = 78.5 inches tall by 69.5 inches wide 3. Chilled water supply = ¾ inch feed line with 45˚F water at 30 psi that runs into a booster pump that raises it to 90 psi before it enters into the HIP unit. A drain line that is capable of 30 psi. 4. Domestic water supply = ¾ inch feed line with 58˚F water at 60 psi. 5. Electric = Two circuits of 480V-3 Phase available that can be wired to the needed Amperage. One circuit of 110 volt at 20 Amps 6. Compressed air = 100psi Equipment specification: 1. A heating chamber area of at least 6"diameter by 12" long if equipped with a Carbon/Carbon furnace and 4" diameter by 8" long if equipped with Tungsten or molybdenum furnace with a shield pack. The system should come with a C-C furnace with the tungsten and molybdenum furnaces and their shield packs quoted as options. 2. Furnace temperature capability of at least 2200°C for Carbon/Carbon elements with +/-10°C temperature uniformity in hot zone. 3. Heating rate of at least 25˚C/min for both furnace types (carbon, tungsten and molybdenum). 4. Hot zone inert gas capability for operation in Argon, Nitrogen, and Vacuum 5. Thermocouple feed through for type B (Pt), C (W+Re), and K (NiCr). There should be at least six feed through per manifold with two manifolds installed on the system. 6. At least two control thermocouples, two workload thermocouples and two pressure vessel monitor thermocouples should be installed on the unit. This unit should come loaded with the appropriate thermocouples for the highest temperature and pressure conditions needed for unit qualifications and training using the carbon furnace. Provide an option to purchase lots of 100 type C, lots of 20 type B, and lots of 20 K thermocouples. 7. Pressure capability of at least 45 ksi at maximum temperature 2200°C. 8. High capacity compressor rated for 1hr or less to achieve the 45 ksi pressure needed for the system. Provide an option for a higher speed pump down system. 9. A pressure vessel with at least a 5,000 cycle life time at the worst case scenario of 2200˚C runs at 45ksi pressures. Provide an option for 10,000 cycle pressure vessel ran at the extremes. 10. Valves, relief devices, pressure transducers, and process sensors rated to at least 60ksi for a safety margin. 11. A high capacity vacuum system that can provide at least a 30 minute pump down time from atmosphere to a vacuum level of 50 microns or better. 12. A backup cooling system should be proposed as a safety system for any power failure situation. This system can utilize the buildings domestic water supply or some other design if needed. The monitoring system should have an automatic switch over capability with a manual over ride. This system should also have an alarm to notify people in the complex that the backup system has turned on. 13. The HIP unit control system should be a Windows XP based system or better that monitors, records and controls the power, pressure and temperature. Additionally, it should have the ability to record all thermocouple outputs up to 12. It should also allow for a graphic interface and have at least a 19 inch monitor. All files should be logged into an Excel compatible format. A backup UPS for the control system should be provided to record output conditions for 30 minutes during a power failure. 14. Spare parts kit should be provided for 100 runs (including all seals and the air compressor kit) and complete manual with drawings of the entire system is to be provided. Provide an option for more spare parts kits to cover up to 500 runs. 15. If required for normal operation then supple an option for a 2 speed electric hoist to load and unload samples and furnaces. 16. System testing shall include test out at the manufacturer's facility to confirm performance to specified parameters followed by verification of performance to specified parameters at the government facility following installation. (this will constitutes the acceptance testing). 17. After verification the offeror will provide at least one week of installation supervision, commissioning, and training. This will require three days of training that will include at least three HIP runs at the maximum operating conditions on materials like (HfB2, TaC, HfC or YAG powders provided by the government). Only after successful runs will the equipment fulfill it acceptance requirements and constitutes the acceptance testing and training. 18. Please provide stainless drip pans for condensation where appropriate. 19. Provide manufactures calibration certificates acceptable to Air Force PMEL for all pressure transducers and temperature recorders. 20. The offeror shall provide all cooling solution (distilled water with rust and algaecide) required for the operation of the system. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 332410. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Latoya.high@wpafb.af.mil in a Microsoft word compatible format to be received no later than 8:00 AM Eastern Standard Time, 24 Jan 2012. Direct all questions concerning this acquisition to SSgt LaToya High at Latoya.high@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFN1342A002/listing.html)
 
Place of Performance
Address: WPAFB, OH 45433, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02654369-W 20120115/120113234159-14b058dd7bd44829673b62f9b6c4593b (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.