Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS

44 -- INDUSTRIAL FURNACES AND OVENS

Notice Date
July 5, 2001
Contracting Office
Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
ZIP Code
22448-5100
Solicitation Number
N00178-01-Q-1042
Response Due
July 12, 2001
Point of Contact
SD11 Branch at (540)653-7478
E-Mail Address
SD11 Branch is POC for N00178-01-Q-1042 (sd11@nswc.navy.mil)
Description
The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis heat processing equipment, models PNF1-90-21 and PNF2-29-21, one each from Despatch Industries, 8860 207th Street West, Lakeville, MN 55044. Two ovens will be procured that differ in their working volume. A small R&D oven with a working volume of approximately 4 cubic feet is desired to refine the sintering and annealing processes. A larger production oven, with a working volume of 30 to 40 cubic feet, is desired for producing large quantities of the finished product. The two ovens must fulfill the same guidelines and requirements. The two ovens should be as similar as possible in design and operating characteristics to facilitate the transfer of knowledge and process methodology from the laboratory scale to the production scale operations. Despatch Industries is the sole source for this equipment as they are the only source capable of meeting the Government's minimum requirements. These requirements must be fulfilled to achieve the Reactive Material Enhanced Warhead ATD objectives. The North American Industry Classification System code is 333994. The contract shall be a firm fixed priced contract. FOB Destination shall apply. The following is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and in accordance with Simplified Acquisition Procedures, FAR 13.5-Test Program for Certain Commercial Items, and supplemental information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-01-Q-1042 and is a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. All interested parties shall indicate their interest and capability with their fax quote at (540) 653-7088, which shall be considered by Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. DESCRIPTION: The combination of a reactive metal (fine aluminum powder) with a fluorocarbon (TEFLON 7C) and producing a final product by a sintering, annealing process appears to be unique to the Reactive Fragment program. Yes, magnesium-TEFLON pyrotechnic compositions have been manufactured for use as ignition pellets but they were not sintered and annealed. The manufacturing process and methodology used in the Reactive Fragment program are unique to this program and we are developing the methodology, guidelines and requirements as we gain experience. One of critical requirements is to provide ovens that will satisfy the fundamental requirements for the sintering and annealing processes, as we understand them today. The most important requirement is temperature uniformity throughout the oven particularly during the sintering, ramp down and the annealing phases. Guidance from DuPont TEFLON product literature notes that the critical temperature regimes are 366-385 Degrees Celsius (690-725 Degrees Fahrenheit) for the sintering phase, 342 Degrees Celsius (648 Degrees Fahrenheit) for the coalescence phase and the 320-300 Degrees Celsius (608-572 Degrees Fahrenheit) crystalinity phase. Precise, accurate and calibrated temperature control and measurement capabilities are critical in these temperature regimes. Other factors become important. The pucks will be placed on solid metal trays, two for the R&D oven and two to eight trays for the production oven, for the batch processing. All pucks, regardless of their location inside the oven, must see the same temperatures and temperature profiles to ensure uniformity in the process and acceptable products. To achieve these uniformity and control of the temperature, the maximum temperature requirement is (1,000 Degrees Fahrenheit, 537 Degrees Celsius), and temperature uniformity requirement is (plus/minus 6 Degrees Celsius at 400 Degrees Celsius). The temperature uniformity will be measured at least 4 inches from any internal oven surface of front wall, rear wall, floor or ceiling or sides after the oven and product has had sufficient time to stabilize. A horizontal air flow, a high capacity air circulator blower (greater than/equal to 1,000 CFM for the R&D oven and greater than/equal to1,700 CFM for the production oven), large capacity electrical heater elements, and controllable dampers and exhaust design would greatly facilitate achieving these temperature uniformity goals. The second most important requirement is to capability to perform the curing and annealing processes in an inert atmosphere, i.e., argon gas. This capability is critical to prevent the fine aluminum powder from reacting with the oxygen, nitrogen or water vapor from the atmosphere. The oven design, construction and door seals are critical to achieve this requirement. The oven interior shall be continuously welded to prevent atmosphere leakage. Tight fitting gaskets shall be used on the doors to prevent leakage. Adjustable purge, flowmeters, valves and timers for automatic inert gas control shall be provided. The oven manufacturer will provide a conventional gas line connector at the oven. The oven manufacturer will not be responsible for supplying the argon gas, gas manifolds etc. The third most important requirement is the ability to measure the temperature throughout the oven and to perform temperature profile programs to ensure uniformity of the process from one batch to another. Capped access ports or through the bulkhead connectors shall be provided for the calibrated and certified J type thermocouples used to measured the temperature throughout the oven. The procurement of these thermocouples will not be the responsibility of the oven manufacturer. The thermocouple used to measure and monitor the air circulation chamber will be provided by the oven manufacturer and will be used to provide data to the temperature controller and programmer (computer). The oven manufacturer will provide the temperature controller (heater elements and damper control) and the computer hardware and software for the local operation of the oven. Connections, data transfer, data loggers, remote-monitoring capabilities, remote computers and software are not the responsibility of the oven manufacturer. The oven manufacturer will provide RS-485 communication port to facilitate the data transfer. The fourth requirement is the oven working volume, the number of shelves and load capacity. Some variation will be permitted particularly if a specific oven is judged superior to the first three overall requirements discussed above. As an option, the oven manufacturer shall offer shelves and trays for use inside the oven. They shall be of the same design, material selection and construction to minimize differences in the manufacturing process. The fifth requirement is a high temperature sensor and switching mechanism to deactivate the heating elements. The sixth requirement is that the oven be capable of operating on standard commercial electrical power, 480 volts and three phase. FAR 52.212-1, Instructions to Offerors-Commercial Items and the provisions FAR 52.212.2, Evaluation-Commercial Items, apply to this solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b) 1, 5, 6, 11, 12, 13, 14, 15, 22, and 25. The provision at DFAR 252.212-7000, Offeror Representations and Certifications-Commercial items applies. The provisions at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable with the following provisions of subparagraph (b) thereof indicated as applicable: 252.205-7000, 252.225-7007, 252.227-7015, 252.227-7037, 252.243-7002, and 252.247-7024. The following DFARS provisions are applicable to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.225-7017 Prohibition on Award to Companies Owned by the Peoples Republic of China, DFAR 252.225-7006 Buy American Act-Trade Agreements- Balance of Payments Program Certificate. This procurement is DO priority rated. Offer is due 12 July 2001 no later than 2:00 p.m. (Eastern Standard Time) to: Contracting Officer, Attn: SD110/Bldg 183/Room 102, Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 and anticipated award by 16 July 2001.
Web Link
NSWCDD Dahlgren Laboratory Procurement Division Web (http://www.nswc.navy.mil/supply)
Record
Loren Data Corp. 20010709/44SOL001.HTM (W-186 SN50Q966)

44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index  |  Issue Index |
Created on July 5, 2001 by Loren Data Corp. -- info@ld.com