Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

66 -- Sources Sought Notice Altitude/Icing Chamber

Notice Date
10/15/2020 6:29:52 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN210E2Q
 
Response Due
10/29/2020 1:00:00 PM
 
Archive Date
11/13/2020
 
Point of Contact
Marcus Edmundson, Phone: 9737245382, Jason Melofchik, Phone: 9737242575
 
E-Mail Address
MARCUS.L.EDMUNDSON.CIV@MAIL.MIL, jason.h.melofchik.civ@mail.mil
(MARCUS.L.EDMUNDSON.CIV@MAIL.MIL, jason.h.melofchik.civ@mail.mil)
 
Description
Product Service Code: 6685 (Pressure, Temperature & Humidity Measuring Instruments) NAICS Code: 334516 Thermal Analysis Instruments � Laboratory-Type The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), Quality Engineering & System Assurance Division (QE&SA), Environmental Test and Evaluation Facility located at Picatinny Arsenal, NJ, is seeking the capability to subject a test item to four conditions (exaggerated temperature, humidity, low pressure, and icing) simultaneously.� The U.S Army has a requirement to purchase a new Altitude/Icing Chamber capable of holding steady state and cycling temperature/humidity, temperature/altitude, and DO-160 Category B Icing, as demanded in MIL-STDs and DO-160 temperature, humidity, and altitude tests. Requirements The contractor shall provide: Chamber Description: Interior Dimensions Chamber: 48�W x 48�D x 48�H usable work space Exterior Dimensions Chamber (not to exceed): 80�W x 95�D x 120�H Exterior Dimensions Condenser (not to exceed): 114�W x 48�W x 48�H Refrigeration/Cooling System: Cascade, 2 scroll type compressors, remote/outdoor air cooled condenser Heating System: Resistance heating elements Humidity System: Electric vapor generator Icing System: Heated nozzles Altitude System: Two vacuum pumps. One for dry altitude, one for icing. System Performance Specifications: Temperature Range: -68C to +177C or -90F to 350F (Temperature only) +10C to +85C or 50F to 185F (Temperature/humidity testing only, site level altitude) -65C to +125C or -85F to 257F (Temp/altitude testing limited to 65Kft) -20C to <30C or -4F to < 86F (DO-160 icing test only) Temperature Control Accuracy: �� +/- 1C Temperature Transition Rate: � 71C to -54C in 25 minutes (5C per minute average rate of change) � -40C to 71C in 25 minutes (5C per minute average rate of change) ��������������� Humidity Range: � 10% to 95% RH as limited by a 4C dew point and a maximum dry bulb temperature of 85C Humidity Control Accuracy: �� +/- 5% Altitude Range: � Site level to 100,000 feet (clean and dry chamber) Altitude Control Accuracy: �� +/- 500ft up to 50,000ft altitude, +/- 1% over 50,000ft set point Altitude Transition Rate: �� Ambient to 65,000ft in less than 20 minutes �� Ambient to 100,000ft in less than 45 minutes Combined Environment: �� Altitude & Temperature Cycling: At ambient to 65,000ft altitude, cycling -65C to 125C temperature �� Temperature & Humidity: Up to 85C temperature, cycling 10% to 95% humidity �� Icing & Altitude & Temperature: RTCA/DO 160 Icing specification category B to �� �? 55,000 feet Electrical Service: (Provided by Government). 480 volt, 3 phase, 60 hertz; 125 amp minimum service Construction: The chamber liner shall be constructed of 16 gauge, high nickel content Series 300 stainless steel. All interior parts exposed to the chamber environments shall be fabricated of corrosion-resistant materials. The exterior of the chamber shall be manufactured of heavy plate and beam reinforcement and shall be the pressure vessel, so the chamber liner does not directly withstand the negative atmospheric pressure forces (vacuum) during altitude simulation. A front-opening, hinged door of the same construction as the chamber shall give full access to the chamber workspace. An altitude duty gasket shall maintain a moisture-proof seal under all chamber operating conditions while an inner silicone gasket shall maintain the initial moisture seal. The hinges and latch shall be heavy-duty design and are constructed of corrosion-resistant or plated materials. A heavy duty multi-pane heated viewing window with a safety cage shall be provided. Non-explosive ""OZONE FRIENDLY"" refrigerants shall be used. The low-stage systems shall be charged with Refrigerant 508b, and the high-stage system with Refrigerant 507. All refrigerant joints shall be sil-fos or silver solder (no soft solder shall be used). Compressors shall be spring-mounted for smooth and quiet operation. Refrigerant lines shall be clamped to prevent rattling and chaffing. A multi-pane 12� x 12� window shall be provided in the chamber door. Recessed interior light shall be provided with external control switch. The chamber shall have a 6 inch access port with sealed cover. One adjustable shelf shall be provided. Instrumentation: � a. The chamber shall have color touch screen controller, graphical interphase and��� display data real time. � b. Data logging shall be continually available for all parameters including temperature, humidity, and vacuum/altitude. Data shall be exportable via USB port to a PC for further analysis/formatting/display. � c. Humidity sensor shall be a Vaisala heated, solid state sensor. � d. Altitude pressure transducer shall produce linear signal to be converted to display������ altitude 0 to 100,000 feet. � e. Safety Shut Down device shall be provided and have a separate temperature input with programmable temperature limits to provide failsafe shutdown in the event of excessive temperature condition. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� BACKGROUND: The applicable NAICS code for this requirement is 334516 Thermal Analysis Instruments � Laboratory-Type with a Small Business Size Standard of 1,000 employees. The Product Service Code is 6685 (Pressure, Temperature & Humidity Measurement Testing). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s), and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above.�All data should be sent at no cost to the US Government by 10/29/2020 to the US Army CCDC AC. ATTN: Marcus Edmundson, Marcus.L.Edmundson.civ@mail.mil.� In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The official response must be submitted to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Marcus Edmundson, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: Marcus.L.Edmundson.civ@mail.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26ebda944020488b9d617eb136c9a685/view)
 
Record
SN05829175-F 20201017/201015230142 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.