SOLICITATION NOTICE
36 -- Contractor support required to provide all necessary labor, supplies and equipment to maintain and repair two (2) autoclaves in accordance with the statement of work
- Notice Date
- 5/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-04-T-0092
- Response Due
- 6/14/2004
- Archive Date
- 8/13/2004
- Point of Contact
- Gregory Davies, 410-278-6514
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(gdavies@arl.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; propo sals are being requested and a written solicitation will not be issued. The solicitation number is W911QX-04-T-0092. This acquisition is issued as an Request for Quote (RFQ.The solicitation document and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2001-18. This acquisition is set-aside for small businesses. The associated NAICS code is 333994. The small business size standard is 500 employees. The following is a list of contract line item number(s) and items , quantities and units of measure, (including option(s), if applicable): Contractor to provide all necessary labor, supplies and equipment to maintain and repair two (2) autoclaves in accordance with the following statement of work. General Information: The U.S. Army Research Laboratory Weapons and Materials Research Directorate (WMRD) is a national scientific and engineering resource in weapons and materials technologies. The Directorate pursues research and technology development for enhancing the leth ality and survivability of US ground forces. Research efforts span the gap between basic research that improves the understanding of scientific phenomena and technology generation that supports weapons system developments. Two autoclaves were purchased in 1988 for use by WMRD from Thermal Equipment Corporation and have had minor updates to computer system and software during this time. The autoclaves are used for routine cure cycles of composite panels and adhesive bonding/joining. Average use of the aut oclaves are between two and four times per week, anywhere from 5 to 12 hour runs. The autoclaves are mostly used for simple ramps and soak times, but some applications need the capability to be cooled down to a certain temperature at very low cool rates d ue to thermal mismatch of materials. The last step currently takes many hours to get to the final 5 to 10 degrees needed. Both systems are located at the Rodman Materials Building (Building 4600) at Aberdeen Proving Ground, Maryland in Lab 1006. The smal l clave and some of its works are completely located inside, whereas the large clave has two-thirds of the shell outside. Also, other hardware, cooling tower, water storage tank, vaporizer, compressors, etc., are outside facing such elements as high humid ity, rain, snow, wind, etc. A roof and wall were erected to help protect the equipment against rain and snow. Much of the plumbing and conduit appears to have rusted and may require replacement. The overall objective of the work to be performed is to hav e the autoclaves properly working in accordance with the manufacturers specifications. Tasks: Contractor shall provide all necessary labor, supplies and equipment for maintenance and repair of two (2) autoclaves in accordance with this statement of work. At a minimum, the contractor shall:Replace the three existing obsolete Leeds and Northrop controllers on each system (six total) with current issue controllers. This includes replacing the existing data acquisition system on both autoclaves with current issue hardware, to ensure smooth operation using the TEC Autoclave Computer Control System (ACCS) software. Computer and software to remain unchanged other than altering the configuration and calibration. Replace over-temperature controllers (two per syst em). Remove cooling tank assembly and replace with new tank/housing, steam separator, required valves, level gauge and level cooling. Replace thermocouple jack panels and pass through assemblies on both systems. Eight (8) 6-circuit, high temperature jack panels required. Twelve (12) 4-channel Type J thermocouple assemblies required. Rebuild the vacuum source assemblies on both systems, replacing items required for like NEW operation. Rebuilding includes operational check, flow check and leak testing to bring systems back to original specifications. Add resin trap drain valves during this work. Repair cooling tower assembly. This will include two new bearing b lock assemblies and two new cooling tower belts. Check metal guard for proper alignment and operation for each fan and repair or replace if necessary. Remove and replace both vacuum pump assemblies. Include new vacuum receivers with related plumbing and new control valves. New heat exchanger to be installed along with the cooling tank to provide additional capacity for better cooling at lower temperatures. This will require the use of chilled water and depending on site conditions, the chilled water syst em shall be installed outside within 15 feet of cooling tower or the heat exchanger or shall be placed inside the building with the chilled water through the heat exchanger and out. Chilled water system shall have a 10-psi differential between supply (50 psi) and return (35 to 40 psi).Install new safety relief valves located on the top of each autoclave near the rupture disks. Replace the main cooling valve on the 3 foot x 6 foot autoclave. This includes replacement of coil drain and vacuum break lines. I nstall an immersion heater to the water storage tank to control minimum temperature. Move the nitrogen vaporizer under the existing roof. Remove and replace existing compressors, (rated at 41 CFM), with new compressors at a lower pressure and higher CFM (8 0 CFM or higher). Replace both silencers for autoclave vent. To include installation and related plumbing. Examine the lugs of the Breech Lock Door components (locking ring, head flange, and shell flange). Remove of all paint, grease and foreign substan ces from the radius area of each lug. Contractor shall have the area examined by a certified third party inspection agency qualified in magnetic particle and ultra sonic procedures. Contractor shall provide a copy of the findings by the third party inspe ctor. In the event that a crack is detected, the contractor shall prepare and submit a repair estimate, including all parts, labor and timeline. The contractor shall clean, prime and paint all equipment and support systems.Contractor responsible for all electrical, plumbing and mechanical connections, as well as shipping equipment to ARL/APG site and associated rigging. Contractor must show familiarity with autoclave systems, specifically ACCS software, which must be integrated with all installed hardwar e.The technical POC for this requirement is: Mr. David Spagnuolo, AMSRL-WM-MD, B-4600, APG, MD, Tel: 410-306-0770, Email: dspagnuolo@arl.army.mil. Work should be complete by 9/30/04; award is planned in June 2004. Delivery shall be made to Building 4600 Lab 1006, Aberdeen Proving Ground, MD. Acceptance shall be performed at delivery point. The FOB point is destination. The provision at FAR 52.212-2, Evaluation is applicable to this acquisition. The specific evaluation criteria to be included in parag raph (a) of that provision are as follows: Proposals will be evaluated based on the technical capability to perform the services specified in the Government??????s requirements. A review of past performance will also be conducted as part of the best value evaluation. Offerors are to provide past performance information with their proposals, to include a point of contact, telephone number, contract or order number, and date of the effort/performance. Past Performance information will consist of at least 3 references from other customers for similar services within the past 3 years. The contracting officer will make a best value award decision weighing the technical and past performance information with the overall price. Technical and past performance whe n combined are more important than price, and the contracting officer may make award to other than the lowest priced submittal. The contracting officer reserves the right to award without discussions. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, and DFARS 252.212-7000, Offeror Representations and Certifications, with its offer. The clause at The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/ DFARS clauses cited in this clause are applicable: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8 Utilization of SB Concerns; 52.219-14, Limitations on Subcontracting; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222- 21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.22 2-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.232-33, Payment by Electronic Funds Transfer ??? ??? CCR; 52.239-1, Privacy or Security Safeguards. The following additional contract requirement(s) or terms and conditions apply: NONE. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: N/A. Priced offers are due on 6/14/04, by 12:00 noon, via e-mail to RMAC-Adelphi@arl.army.mil or via mail to U.S. Army Research Laboratories, Aberdeen Branch, Bldg. 434, Suite 200, AMSRD-ACC-AA, Aberdeen Proving Ground, MD 21005. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. For information regarding this solicitation, please contact Debbie Morrow, 410-278-8675, dmorrow@arl.army.mil o r the Contracting Officer at 410-278-6514.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division, Contracting Officer ATTN: AMSRD-ACC, Bldg 434, Aberdeen Proving Ground (APG) APG MD
- Zip Code: 21005
- Country: US
- Zip Code: 21005
- Record
- SN00591406-W 20040526/040524212334 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |