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