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