Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOURCES SOUGHT

W -- Metallic Additive Manufacturing Equipment Lease (3D Print)

Notice Date
7/31/2020 2:30:48 PM
 
Notice Type
Sources Sought
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-R-0329
 
Response Due
8/7/2020 1:00:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
Desiree Pendleton, Phone: 7323232155
 
E-Mail Address
desiree.pendleton@navy.mil
(desiree.pendleton@navy.mil)
 
Description
Request information on the leasing of metallic AM equipment. AM equipment must meet the following requirements: Use Additive Manufacturing (AM) Powder Bed Technology as defined by ""The American Society for Testing and Materials"" (ASTM) F42 Committee Use one or more laser(s) with a combined power of at least 900W to fuse powdered material. Be able to produce AM parts in the following materials: Aluminum, Stainless steel, Titanium, Cobalt-Chrome-Molybdenum (CoCrMo), Inconel 625 and 718, Maraging Steel Have a minimum build area of 100 square inches Have a build volume of 1500 cubic inches The information requested should include: Cost of leasing the equipment All provisions of the leasing agreement (Time, responsibilities, etc.) Overall Dimensions of the equipment Build volume dimensions and shape Recommended dimensions required for installation (recommended room size) Power/facilities requirements Maximum power consumption Required Inert gases (Ar, N) and consumption rates Number of lasers, laser power, operating wavelength and focal diameters. Additionally, coverage regions of each energy source with respect to build area. Computer System requirements Recommended Software to be included Operating system used on the AM equipment Time required to change the material alloy in the AM equipment Minimum achievable part accuracy of in x, y, and z directions Range of layer thicknesses. Along with powder size limitations of the material to be fused. Minimum feature size Maximum overhang angle Print resolution Smoothest Surface finish obtainable (curved surface) Smoothest Surface finish obtainable (flat surface) (Both upskin & downskin) Volumetric build speed along with estimated startup time (purge down, etc.) Equipment options: a) Available equipment options b) Recommended equipment options List of material the printer can print in. As well as powder size distribution, type, etc. Properties for all materials shall include (both as built and recommended heat treat condition): a) Tensile strength, in horizontal and vertical direction b) Yield strength, in horizontal and vertical direction c) Elongation at break, in horizontal and vertical direction d) Modulus of elasticity, in horizontal and vertical direction e) Hardness f) Coefficient of thermal expansion g) The specific material compositions List of independent material certifications (if met) List of post print requirements (wire EDM, stress annealing, etc.) Other Government / DOD Customers with listed points of contact Material sources of supply including estimated current pricing for all supported materials Preventative maintenance procedures Environmental considerations (external temperature / humidity / stability requirements) Operational/Maintenance Procedures/Manuals Recommended Lifting carts or other support equipment Raw material storage requirements Spare part availability Maintenance options and associated cost Filter costs Recommended method for data transfer (i.e. USB Drive, Network Connection, etc.) Build monitoring/ reporting capabilities including a list of variable outputs that are user accessible and their acquisition rates Whether build parameters can be modified Technology Refresh options and associated cost The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. All interested parties must submit written responses, preferably via electronic mail to Desiree Pendleton, desiree.pendleton@navy.mil no later than five (5) days after the post date of this RFI. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Navy will not use any information provided to level your company's approach relative to another competitor. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Any comments provided may or may not be included in a formal solicitation. Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the BetaSam.gov website: https://beta.sam.gov. It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8666b31be7ef445caa04bd080a0b0e2e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05742148-F 20200802/200731230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.