SOLICITATION NOTICE
34 -- Heavy Duty Alloy Box Furnace
- Notice Date
- 4/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-15-T-0106
- Response Due
- 5/8/2015
- Archive Date
- 6/28/2015
- Point of Contact
- DeAnna Sivage, 575-678-4963
- E-Mail Address
-
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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. (ii) The solicitation number is: W911QX-15-T-0106. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2005-81. (iv) The associated NAICS code is: 333994. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): * CLIN 0001: Heavy Duty Alloy Box Furnace with Protective Atmosphere in accordance with attached Salinet Characteristics. The Government's terms and conditions shall apply. * CLIN 0002: Honeywell DR4500T Trueline Chart recorder in accordance with attached Salinet Characteristics. The Government's terms and conditions shall apply. * CLIN 0003: Shipping and Handling charges to Aberdeen Proving Ground, MD 21005-5001. (vi) Description of requirements: The Contractor shall deliver one (1) Heavy Duty Highly Uniform Box Furnace with Protective Atmosphere that meets the following specifications: 1. Heavy duty construction, highly temperature uniform electric box furnace for heat treatment of metal samples at temperatures from 1200-2250 degrees Farenheit (F) in ambient or inert gas positive flow atmosphere; heating elements evenly spaced on 5 side walls and below hearth 2. Temperature uniformity minimum of +/- 15 F, and capable of +/- 10 F to (AMS2750E Classes 2 and 3) 3. Atmosphere sealed casing with extra door gasket for operation with inert atmosphere at positive pressure; with inert gas inlet and outlet, and gas control pane 4. Gas control panel with manual shut off, regulator, pressure gauge, flow meter and regulating valve sized for up to 10 changes per hour 5. Inside dimension 19 x 19 x 37 (W x H x L-inches) or greater, for 16 x 16 x 32 (W H x L work dimensions) 6. Heavy duty 1 1/2 -inch thick minimum, high heat conductivity silicon carbide (SiC) high teperature hearth with rated load capability of not less than 75-pounds per square foot and 300 pounds total 7. A manual double-pivot operated double pivoted door with power cut-off switch when door is opened, and integral furnace stand 8. 4 -inch low conductivity (K) factor firebrick with 2-inch mineral wool back up insulation (minimum) on all hot zone surfaces 9. National Electrical Manufacturers Association (NEMA) 1 control panel, (enclosure to prevent access to and protect from dirt) mounted on right side with 12-step digital controller temperature control accuracy of +/- 0.3%, high limit back up system digital temperature controls, thermocouples, and indicator, fusing, interconnection wiring, to include power cut-of when back element panel is removed 10. Branch fusing of all control and power circuits, control transformer to provide 120 volts to the control circuit; Silicone Rubber Motor Lead (SRLM) high temperature lead power wire (200 degrees Celcius (C) continuous rated) in element connection boxes, Thermoplastic High Heat Resistant nylon (THHN) coated electrical wire (105 ?C rated elsewhere 11. Lighted NEMA 13 On/Off Switch, (enclose protected from dirt, dust, access, splash/drip water ingress, foreign objects, oil) 12. Honeywell UDC 3200 Digital 12 Segment Program Control (.25% accuracy) 6 Ramps/6 Soaks/Single Program and UDC 1200 Digital High Limit Control with Programmable Max Temperature & Back Up Contactors 13. 4-zone, zero-fired, silicon controlled rectifier (SCR) power control with digital bias adjustment of element zones 14. Three (3) Control type K Inconel alloy sheathed thermocouples, fusing and all interconnect wiring, shielded thermocouple wiring and careful grounding to avoid electrical noise 15. 22.5 kW input, 3-phase 460-480/3/60 power, 4-zone SCR power controls with digital biasing; heavy duty, long-life, Kanthal advanced powder metallurgical (APM) grade alloy elements, single point connection to control panel 16. Honeywell DR4500 Trueline Chart recorder with single pen, programmable speed & chart ranges 17. 1 inch National pipe thread (NPT) fitting/uniformity survey port for up to 9-survey thermocouples 18. Electrical components shall be identified whenever possible to correspond to a wiring diagram 19. Start up instructions, theory of operation, maintenance instructions, atmosphere instructions, trouble shoot guide, wiring diagram, maintenance instructions, assembly and sub assembly drawings (vii) Delivery is required: within eight (8) weeks After Receipt of Order (ARO). Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, MD 21005-5001. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award Small Business Program Rerepresentation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 252.204-0001 Line Item Specific: Single Funding (Sep 2009), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7036 Buy American-Free Trade Agreements- Balance of Payments Program Alternate I (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.247-7023 Transportation of Supplies by Sea (aug 1992). Full Text clauses: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.205-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); APG-ADL-H.5152.211-4401Alt I Receiving Room Requirements- APG Alternate I (JAN 2003) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 08 May 2015, by 10:00 AM EST, via email to: Ms. DeAnna Sivage, deanna.m.sivage.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Ms. DeAnna Sivage, Contract Specialist, (575) 678-4963, deanna.m.sivage.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/16fe5561d9e5c14ba066c28eb0fa24ae)
- Place of Performance
- Address: US Army Research Laboratory (ARL) Aberdeen Proving Ground (APG) APG MD
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN03714902-W 20150501/150429235655-16fe5561d9e5c14ba066c28eb0fa24ae (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 |