Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

49 -- DUAL ZONE HOT BONDERS KIT

Notice Date
5/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417Q0032
 
Archive Date
7/31/2017
 
Point of Contact
Jordan Black,
 
E-Mail Address
jordan.black@navy.mil
(jordan.black@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016417Q0032 - DUAL ZONE HOT BONDERS KIT- FSC 4940 - NAICS 336413 Anticipated Issue Date 15 May 2017 - Anticipated Closing Date 15 June 2017 - 12:00pm EST This solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Solicitation number N0016417Q0032 will be used as a request for quote on a full and open competition basis after exclusion of sources. 100% Small Business Set-Aside: This is 100% small business set aside IAW FAR 19.5. Offerors will be asked to indicate the size category (large, small, small-disadvantaged, etc.). The applicable North American Industry Classification System (NAICS) code is 336413 with a size standard of 1250 employees. Naval Surface Warfare Center (NSWC) Crane has a supply requirement for 9 Hot Bonders that will allow NSWC Crane to increase capability in composite repair. The Hot Bonders provided must meet the salient characteristics listed below. Salient Characteristics listed below: -Eductor vacuum generator (Jet Pump) -Vacuum monitoring of each zone -Minimum 10 Thermocouples (TCs) per zone -Must be able to control and operate two zones independently -Power requirements thirty (30) Amp per zone capability with breaker protection -Cure control methods: Hottest TC, Coolest TC, Average of all TCs, TC#1, TC#2. These require to be tracked per zone and recorded on printer dedicated to one zone per printer. -Accessory Storage Lid, for blankets, lids, etc. -Security/Password protected -Cure cycle programs require operator/programmer protection/control for Quality Control -Operating voltage of 220V -All programming/control should be done via on unit keyboard. Touch screen programming input is not acceptable due to dust and wear and operator/programmer visibility concerns. Interface must be Menu Selected/Real Language Screens and Full Sunlight Readable. -Equipment must weigh no more than 35 lbs. with all accessories due to ease of travelling and ergonomics -Controller temperature range capable of 500° F to 1000° F -Dual Zone Bonder shall provide audible alarm for indications of cure cycle temperature deviations and low vacuum -Alarm limits shall be programmed and put cure cycle on hold until operator corrects alarm situation -Alarm must be adjustable and capable of a minimum 90 dB -Dual Zone Bonder shall be capable of providing a minimum of 20 inches of Hg vacuum -Power Failure/Recovery must feature at minimum two minute auto-recovery with continued program operation -Quality Assurance/I SO documentation requires a print out for each zone. Dual composite curing system will require a printer for each zone to provide hardcopy printer output from both zones independently -Dual Zone Bonder data logger/printers as minimum must use standard paper and provide time date stamp info per zone with graph of cure cycle, thermocouple readings, vacuum pressure, alarm indications for the duration of the cure cycle for each zone -If the above listed requirements will NOT fit into the Accessory Storage Lid, an Accessory Case will be required Inspection and Acceptance shall be at Destination by NSWC Crane personnel. Delivery shall be FOB Destination to NSWC Crane Division, 300 Highway 361, Crane, IN 47522. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1- 866-606-8220 or via the internet at https://www.sam.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Offers must be submitted in the format specified by the solicitation. It is the responsibility of the offeror to submit offers to the POC at NSWC Crane. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Government point of contact is Mr. Jordan Black; Code 0242, telephone 812-854-3857, or e-mail Jordan Black at jordan.black@navy.mil (preferred). Complete mailing address is: NSWC Crane Division; ATTN: Jordan Black; Code 0242, Bldg 121; 300 Highway 361; Crane, IN 47522-5000. Please refer to the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417Q0032/listing.html)
 
Record
SN04508493-W 20170517/170515234710-615983121764c922c6756dc72b7276d1 (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.