Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOURCES SOUGHT

66 -- Gas Handling System

Notice Date
5/4/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-16-WDGHS
 
Archive Date
5/17/2016
 
Point of Contact
Andrea Albanese, Phone: 4012336113
 
E-Mail Address
andrea.l.albanese.civ@mail.mil
(andrea.l.albanese.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE NATICK CONTRACTING DIVISION WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY BUSINESSES, ESPECIALLY SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), AND WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The Natick Soldier Research, Development and Engineering Center (NSRDEC) - Warfighter Directorate, Natick, MA requires the design, fabrication, and installation of an 8-line gas manifold for safe, controlled delivery of reactive gases to a CVD furnace. The North American Industry Classification System (NAICS) code for this effort is 334516 - Analytical Laboratory Instruments Manufacturing, and the Small Business Administration (SBA) size standard is 1,000 employees. BACKGROUND: A chemical vapor deposition (CVD) instrument is an integral component of our current effort 16-210: Optoelectronic Carbon on Flexible Substrates. CVD produces carbon materials, in this case carbon nanotubes (CNTs), by heating a carbon gas flowing through a furnace at very high temperatures. In order for the gas to flow through the furnace in a controlled and reproducible manner, a gas handling system is required. The gas handling system is comprised of regulators that attach to the gas cylinders, metal gas tubing with shutoff valves, mass flow controllers, and the joints that allow for connection to the end of a quartz reaction tube. REQUIREMENTS: The contractor shall design, construct, and install a gas handling system for a benchtop CVD apparatus. Installation of the 8-line gas handling system and manifold is required to be within eight (8) weeks of award. The Government requires the contractor to design and produce a system that has a wall mounted manifold panel with 8 separate lines for gas cylinder hook-up. The manifold lines must be blended in a mixing tube (which shall have an optional circuit with a bubbler attachment) before being connected to the CVD reaction tube. The mixing tube must end in a 1/4 inch Swage outlet for attachment to the CVD system. The system is required to fulfill the following criteria and constraints, with the necessary number of pieces indicated in parentheses where relevant: 1. To flow the reactive gases through 1/4 inch stainless steel tubing the full length of the system. 2. Have at least 4 foot hose connections (8 total) from the gas cylinders terminated in CGA ports for gas cylinder hook-up 3. The gas hoses will connect to an inlet pressure gauge (8 total) that shall be: a. 316 Stainless steel b. 2.5 inch display face c. Measure at least 0-5000 PSI/Bar d. 1/4 inch lower mount MNPT connection 4. The inlet gauge will connect to regulators (8 total) with: a. 0-100 psig outlet pressure ranges b. 3600 psig max inlet pressure c. 316 Stainless Steel d. PCTFE seal e. 1/4 inch FNPT ports 5. The regulator will have a second outlet pressure gauge (8 total) that shall be: a. 316 Stainless Steel b. 2.5 inch display face c. Measures at least 0-160 PSI d. 1.4 inch lower mount MNPT connection 6. From the outlet gauge, the lines must have an insertion point for MKS brand GE50A Elastomer sealed mass flow controllers (MFCs) that have 1/4 inch Male Swagelok connection ports. To accommodate these MFCs, the system must utilize: a. 1/4 inch VCR female nuts (2 per line, 16 total) b. 1/4 inch VCR gland and tube adapter (2 per line, 16 total) c. 316 Stainless steel 1/4 inch VCR gasket (2 per line, 16 total) 7. After the MFCs, the lines must have a 2-way shutoff valve (8 total) that is: a. 316 stainless steel. 8. The shutoff valves will flow the gases into a single stainless steel 1/4 inch line. This line will have an additional 2-way SS shutoff valve. On either side of the shutoff valve will be an outlet and inlet port with 2-way SS shutoff valves to allow for addition of an optional bubbler component. (3 valves total) 9. Following the bubbler circuit, the system must have a static mixing tube (1 unit) that is 316 Stainless Steel. 10. The mixing tube will be terminated by a 1/4 inch Swage outlet for easy connection to the CVD apparatus which terminates in a KF25-1/4 inch Swage flange. 11. All of the above should be mounted on a stainless steel panel that can be wall mounted or affixed to a permanent lab surface such as a lab bench. 12. The contractor shall also provide a CAD or schematic drawing of the system with a complete parts list which conforms to the requirements above. In the event that there is a malfunction with the oven, vacuum, or fume hood, it is possible that the oven will be in an environment with combustible levels of fumes. Therefore, the gas handling system would need to be explosion proof according to ATEX Zone 2 (European classification) or Class I division 2 (North American classification). This is defined as: ‘An area in which an explosive mixture is not likely to occur in normal operation and if it occurs it will exist only for a short time.' RESPONSE TO THIS NOTICE: Interested parties responding to this sources sought request shall submit the following (responses shall not exceed five (5) pages: (a) A positive statement of interest to submit a proposal as a prime contractor on a future solicitation, if any, for this requirement; (b) Company name and address, point of contact with phone number, DUNS number and Cage Code; (c) A summary of the vendor's technical capabilities to develop the solutions described in the Government's requirements stated above. (d) A summary of the vendor's ability to manufacture the items above and the location of manufacture. (e) Evidence of three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent of work performed, description of work performed, and points of contact with current telephone numbers. (f) A statement regarding small business designation and status (if applicable) and provide a copy of the certificate issued by the SBA of your qualifications as a HUBZone Small Business or 8(a) firm (if applicable), (g) Any other pertinent company documentation, such as teaming/joint-venture agreements, etc. THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition. Interested parties should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 2:00PM on 16 May 2016. Only electronic submissions are acceptable. Submit electronic copies to andrea.l.albanese.civ@mail.mil. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a contractor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34496f18c3785cf2a3d1dbc9b23a9d53)
 
Record
SN04105863-W 20160506/160504234754-34496f18c3785cf2a3d1dbc9b23a9d53 (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.