Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

34 -- ABAR VACUUM FURNACE INSTRUMENTATION CONTROL UPGRADE SOL N00244-99-T-A993 DUE 081099 POC Nicole Hunga, Contract Specialist 619-532-2574 WEB: Click here to download a copy of the RFQ, http://www.neco.navy.mil. E-MAIL: Click here to contact the contract specialist via, nicole_m_hunga@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. Complete solicitation package may be downloaded from the following web site. http://www.neco.navy.mil The solicitation number for this Request for Quotation is N00244-98-T-A993. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This solicitation is issued on a restricted basis, under Standard Industrial Code 3567 with a small business standard of 500 employees. FISC San Diego has a requirement for the following items: Item 0001 is for One (1) each Replacement Cabinet for ABAR Model VR60X60, in accordance with the attached Statement of Work. STATEMENT OF WORK: ABAR Vacuum Furnace Instrumentation Control Upgrade. Minimum Critical Features: Scope: The contract shall remove and replace the existing control cabinet of ABAR Vacuum Furnace Model VR-60x60 Serial Number BM-337, connect all wiring and test for functionality. The replacement control cabinet using all new electronics of the latest model shall include the following: 1. NEMA 12 cabinet 6 ft. x 6 ft. x 2 ft. deep. The cabinet shall be painted blue or beige with durable enamel paint. 2. Control of all heat banks transformers with power stats to adjust heating element power balance. 3. Control of Gas Cooling fan and valves. 4. Control of vacuum sequence and pumping down of the Vacuum furnace work zone. 5. One digital programmable controller capable of storing a minimum of 99 programs. The controller shall interface a microprocessor based logic controller to perform the sequencing functions of motor starters, valves, alarms, indicators on the furnace system. 6. The program controller shall provide: 1) full capability of vacuum pump down, 2) partial pressure processes, 3) the full heat range of the original designed furnace, 4) gas cooling. 7. One digital vacuum gauge display with Thermovac (Pirani) and cold cathode (Penningvac) vacuum sensors, including wiring. The vacuum gauge shall be interfaced to the programmer. 8. A graphic display panel with a diagram of the furnace. Lights mounted on the diagram shall indicate energized conditions of all motors, valves, heat and process cycling. The panel shall include process cycle start, stop and vacuum pump control, gas cooling, process hold, and light test. 9. The cabinet shall have audible alarms for malfunction, over temperature, and emergency stop button. 10. A continuous strip chart recorder shall record heat and vacuum levels vs. time. 11. Ammeters and voltmeters shall be provided to show heat balance and proper function of the heating system. 12. An overtemp controller shall be provided with alarm to protect from over heating. 13. A cabinet cooling fan shall include replaceable furnace filter to control dust and dirt inside the cabinet. 14. The cabinet shall provide means for operator, independent of process control, of all pumps, valves, and indicators for maintenance trouble shooting. Documentation: The contractor shall provide two copies of the following: A. Maintenance manual including all vendor service information, preventative maintenance, troubleshooting and repair. B. Documentation for operating the programmable process controller shall include vendor operators manual and specific instructions on how to operate and program common programs for this vacuum furnace. C. Operation instructions for furnace control to include: Normal start up, cycle hold, cycle restart, partial pressure in manual and automatic mode, gas cooling in automatic and manual mode, chamber vent, and furnace shut-down. D. Complete electrical wiring diagrams and installation drawings of the cabinet and interface of furnace components. All items are FOB Destination. Required delivery is to Naval Aviation Depot, North Island, San Diego, California. Acceptance shall be at destination. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-21Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR/QUOTER INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. OFFERORS ARE REQUIRED COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for all Line Items . ALL RESPONSIBLE OFFERORS ARE TO SUBMIT CURRENT PRICING, PAYMENT TERMS, CAGE CODE, DUNN AND BRADSTREET NUMBER, TAX IDENTIFICATION NUMBER AND ALL APPLICABLE SPECIFICATIONS REGARDING THIS SOLICITATION. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later that 3:00 p.m. PST, August 10, 1999 and will be accepted via FAX (619-532-1088 or 619-532-2287) Attn: Nicole Hunga. DO NOT MAIL. Clauseinformation can be downloaded from the internet from the following addresses: http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 07/27/99 (W-SN359706). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0267 19990729\34-0002.SOL)


34 - Metalworking Machinery Index Page