Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1998 PSA#2218

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

66 -- AUTOCLAVE SOL N00164-99-Q-0008 DUE 112098 POC Ms.. Pat Sturgis, Code 1163W3, telephone 812-854-1826, FAX 812-854-1841; Mr. Richard Colvin, Contracting Officer WEB: click here to download copy of RFP, http://www.crane.navy.mil. E-MAIL: click here to contact the contracting officer via, sturgis_p@crane.navy.mil. 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. Solicitation Number N00164-99-Q-0008 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07 and Defense Acquisition Circular 91-13. The following is a list of the requirements: Line Item 0001: Qty. One (1) each Autoclave in Accordance With the following Specifications: 1. INTRODUCTION: This specification details the requirements for a Composite Materials Processing Autoclave, here in after referred to as "autoclave" to be used by Code 8025 personnel located in Building 3225. 2. STANDARDS AND CODES: The following standards and codes shall be met as applicable: ASME Boiler and Pressure Vessel Code, Section VIII, Div.1, ANSI B31.3 Standard for Piping, ANSI B16.5 Flanges and Flanged Fittings, ASTM Standards for Materials, NEMA Standards for Enclosures, I.E.C. Standards for Power Control Devices, NEC National Electrical Code, J.I.C. Electrical Standards (if applicable), NFPA National Fire Prevention Association, OSHA Occupational Safety & Health Act, Industrial Risk Insurance Company Codes for Safety Valves, J.I.C. Standards for Hydraulics. 3. GENERAL REQUIREMENTS: 3.1 The autoclave shall, as a minimum, consist of the following major components: a. Pressure Vessel b. Heating System c. Cooling System d. Pressurization System e. Thermocouple Ports f. Vacuum Supply System g. Vacuum Monitoring System h. Air Circulation System i. Control System j. Safety Systems k. Utility Requirements l. Installation and Training. 4. PRESSURE VESSEL: 4.1 The autoclave shall consist of a pressure vessel capable of meeting all the requirements of this specification, all applicable standards and codes for pressure vessels, with the following minimum requirements: 4.1.1 The minimum internal working diameter shall be 8.0 ft. 4.1.2 The minimum internal working length shall be 26.0 ft. 4.1.3 The minimum autoclave pressure capability shall be 150 psig. 4.1.4 The minimum autoclave temperature capability shall be 500 deg. F. 4.1.5 The pressure vessel shall be fully insulated. 5. HEATING SYSTEM: 5.1 The autoclave shall include a heating system with the following minimum capabilitites: 5.1.1 The heating system shall produce a maximum heating rate of 10 deg. F/min. with an unloaded vessel 5.1.2 The heating system shall be capable of producing a minimum operating temperature of 500 deg. F. 5.1.3 The heating system shall be capable of maintaining the set point temperature through the complete cycle with a tolerance of +/- 10 deg F with a 20,000 lbs. Load of nickel and steel. 5.1.4 The heating system shall be capable of producing a heating rate of 3-5 deg. F/min.with a 20,000 lbs. load of nickel and steel. 6. COOLING SYSTEM: 6.1 The autoclave shall include a closed-loop cooling system with the following minimum capabilities: 6.1.1 The cooling system shall produce a maximum cooling rate of 5 deg F/min (nom) with an unloaded vessel. 6.1.2 The cooling system shall produce a cooling rate of 4 deg F/min. maximum with the vessel loaded with approximately 20,000 lbs. of nickel and steel. 6.1.3 The cooling system shall include a proportional SCR cooling control for precise cooling parameters. 7. PRESSURIZATION SYSTEM: 7.1 The autoclave shall include a N2 (liquid nitrogen) pressurization system with the following capacities: 7.1.1 The pressurization system shall be capable of producing an operating pressure of 150 psig. 7.1.2 The pressurization system shall pressurize the vessel at a minimum rate of 5 psig/min. 7.1.3 The pressurization system shall de-pressurize the vessel at a maximum rate of 20 psig/min. 8. THERMOCOUPLE PORTS: 8.1 The autoclave shall include Thermocouple ports located within the pressure vessel meeting the following minimum requirements: 8.1.1 The thermocouples shall be "J" type. 8.1.2 A minimum of 24 thermocouple ports shall be provided, located within the pressure vessel working area. 8.1.3 The thermocouple shall be capable of 500 deg F service and shall be wired to the control and acquisition system for alarm, recording and part temperature control. 8.1.4 A minimum of one permanent air temperature thermocouple and one permanent hi-limit alarm thermocouple shall be provided to monitor and record the air temperature inside the vessel. 9. VACUUM SUPPLY SYSTEM: 9.1 The autoclave shall include a vacuum supply system meeting the following minimum requirements: 9.1.1 The vacuum supply system shall be an on/off vacuum control. 9.1.2 The vacuum supply system shall provide a separate receiver, control valves and transducer to provide control to any level from vent (0 psig) to full vacuum. 9.1.3 The vacuum supply system shall include a minimum of 8 supply connections located within the pressure vessel. 9.1.4 The vacuum supply line shall be " NPT. 9.1.5 The vacuum supply lines shall be carbon or stainless steel. 9.1.6 The vacuum supply system shall be controlled utilizing automatic valve VAC/OFF/VENT features. 9.1.7 The vacuum supply system shall include vacuum hoses as follows: 9.1.7.1 A minimum of 8 (30 ft) long internal vacuum hoses shall be included. 9.1.7.2 All hoses shall be fitted with " NPT fittings and quick disconnects. 9.1.7.3 All hoses and quick disconnects shall be capable of 150 psig external pressure and 500 deg F. 9.1.8 The vacuum supply system shall include resin traps installed on the vacuum manifold or each supply line to prevent resin ingress into the plumbing and or vacuum pump. 10. VACUUM MONITORING SYSTEM: 10.1 The vacuum monitoring system shall consist of " NPT static port and transducer for each vacuum line inside the autoclave to control each individual vacuum hose. 10.2 A supply line vacuum gauge (standard 4 ") shall be provided for a visual check of the vacuum system. 11. AIR CIRCULATION SYSTEM: 11.1 The autoclave shall include an air circulation system capable of producing 300 ft/min airflow within the autoclave. 12. CONTROL SYSTEM: 12.1 The control system shall consist of a computer-based system with printer. 12.2 The control system computer shall be a fully functional Pentium based computer with color monitor and printer. 12.3 The control system shall be capable of computer control and data acquisition in automatic, semi-automatic and manual modes while maintaining temperature accuracy and ramp rate control as specified herein. 12.4 The control system software shall be designed to operate as a composite-processing controller. 13. SAFETY SYSTEMS: 13.1 The safety systems shall include the following: 13.1.1 ASME approved relief valve and ASME approved rupture disk shall be included. 13.1.2 A high-pressure switch to disable the inlet and enable the exhaust valve shall be included. 13.1.3 A door interlock system shall be included to prevent the door from being opened while the autoclave is under pressure. 13.1.4 A hi-limit temperature controller shall be included to disable the heating and start the cooling function in the event of an over temperature condition. 13.1.5 An internal "person in autoclave" safety lanyard system and alarm shall be installed in the autoclave to prevent/shutdown the entire system operation and open the door, in the event a person is inside the autoclave when the door closes. 14. UTILITY REQUIREMENTS: 14.1 The autoclave shall operate on 480V/3ph/60 Hz for all operations except the control system. 14.2 The autoclave control system shall operate on 120V/1ph/60Hz. 14.3 Any compressed air required shall not exceed 80 psig and will be supplied by customer supplied compressors. 15. INTALLATION AND TRAINING: 15.1 The contractor shall perform installation of the autoclave system (ie. pressure vessel, all environmental systems, pressurization system, compressed air lines and control system). 15.1.1 The autoclave shall be installed with the door and controls inside building 3225 and the bulk of the pressure vessel outside the building (any required weather proofing shall be provided by the contractor.) 15.1.2 Exact measurements for the installation shall be performed by the contractor. 15.1.3 The contractor shall perform all site construction/modification. NOTE: For the purpose of this procurement construction shall be defined to mean the erection of foundations or mountings for the installation of equipment only. Construction does not mean erection of structures or buildings. 15.2 Training for the operation of the autoclave and control equipment shall be included as part of the procurement and is the responsibility of the contractor. 15.2.1 The contractor shall determine the length of the training. 15.2.2 Training shall include, but not be limited to, Autoclave operation, controller operation, safety systems and routine maintenance. 15.2.3 The number of persons to be trained will be determined by the government as follows: Minimum 4 and maximum 8 persons. 15.2.4 Training shall be provided on site utilizing the actual equipment installed under this contract. 15.3 The contractor shall provide two (2) copies of manuals for operation and maintenance of all systems and components. The shipping terms will be f.o.b. destination, Naval Surface Warfare Center, Crane, IN, with the inspection andacceptance at destination. Delivery of Line Item 0001 will be required within 60 days from contract award. FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (incorporating FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program), 52-232-13 Notice of Progress Payments, 52.219-14 Limitation on Subcontracting, DFARS Clause 252.227-7015 Technical Data -- -Commercial Items apply to this acquisition. OFFERORS' PAST PERFORMANCE HISTORY WILL BE INCLUDED IN THE EVALUATION FOR AWARD. Accordingly, each offeror is required to submit a list of it five most recent contracts for the same or similar items. It is preferred that these contracts be with U.S. Government customers, but contracts with other commercial concerns are also acceptable. Each offeror will be given an adjectival rating on past performance: excellent, good, fair, or poor. Offerors who cannot provide past performance information will be given a neutral rating. In the event there are substantial differences among the offerors in terms of past performance, the Government reserves the right to award to other than the lowest priced offer in favor of an offeror with substantially better performance history. In addition, the Government may accept otherthan the lowest priced offer if doing so would result in substantially greater value to the Government in terms of technical performance, quality, reliability, life cycle cost, or lower overall program risk. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The written quotes and the above required information must be received at this office on or before 11/20/98 at 3:00 PM. Eastern Std. Time. Point of contact for information regarding this requirement is Ms. Pat Sturgis, 812-854-1826, FAX 812-854-1841, or e-mail to: sturgis_p@crane.navy.mil. All responsible sources may submit a quote which will be considered by the agency. Posted 11/05/98 (W-SN269067). (0309)

Loren Data Corp. http://www.ld.com (SYN# 0287 19981109\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page