Inactive
Notice ID:W911QX-19-R-0063
(1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitati...
(1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 8/08/2019 (3) Classification Code : H235 (4) NAICS Code: 332117 (5) NAICS Size Standard: 500 (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought: One (1) Each Direct Current Sintering System (8) Proposed Solicitation Number: W911QX-19-R-0063 (9) Sources Sought Closing Response Date: 8/14/2019 (10) Contact Point: Vanessa Garcia, Contract Specialist,vanessa.a.garcia18.civ@mail.mil Phone # 575-678-5137 (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Requirements: The Government requires the purchase of one (1) each Direct Current Sintering System, Training, and Installation in accordance with the following Salient Characteristics. 1.1 General Specifications: Shall meet or exceed the technical specifications identified below: 1.1.1.1 Front-loading, rectangular chamber, vertically mounted in a four (4) each post press frame, with minimal dimensions of 24" wide x 24" deep x 32" high. 1.1.1.2 Maximum operating temperature: 2400°C. (degrees centigrade). 1.1.1.3 Pressing Capability: 2,000kN (kilonewtons). 1.1.1.4 Ultimate Vacuum Level: 10-3 Torr. 1.1.1.5 Ability to use following process gasses: Argon, Nitrogen, or Helium at one (1) each psig. (pounds per square inch gauge) 1.1.2 Power Supply 1.1.2.1 Controllable (0 - 50,000) 50,000 amp (amperes), 0-12 VDC (volts direct current) water-cooled power supply. 1.1.3 Vacuum System 1.1.3.1 Rotary vane pump with roots blower, minimum 1,000 m³/hr (meters cubed per hour) equivalently 615 cfm (cubic feet per minute) volumetric flow rate. 1.1.3.2 Vacuum system shall have combination particle and vapor trap consisting of water cooled stainless mesh elements and five (5) each micron particulate filters to protect vacuum pump. 1.1.3.3 Vacuum system shall have oil mist filter, oil return, and safety valve. 1.1.3.4 Electro-pneumatically operated roughing valve. 1.1.3.5 Integrated vacuum leak check port and valve. 1.1.4 Gas System 1.1.4.1 Capable of handling argon, nitrogen, or helium at one (1) each psig. (pounds per square inch gauge). 1.1.4.2 The inert gas control shall include mass flow controllers, solenoid actuated isolation valves, and a compound pressure gauge. 1.1.5 Water Distribution System 1.1.5.1 Safety flow interlock sensors on critical water circuits - protection in low-flow and no-flow conditions in addition to over-temperature warnings. 1.1.5.2 Water manifolds, one (1) each for supply and one (1) each for return. 1.1.5.3. Manual valves for isolation and flow adjustment of water circuits. 1.1.6 Controls & Instrumentation 1.1.6.1 Main controls shall be centrally mounted in a control panel within arm's length of the front of the chamber for tooling setup. 1.1.6.2 Furnace controls shall be centralized for ease of operation. 1.1.6.3 Ram position shall be read, recorded, and displayed on the control panel. Position resolution shall be a minimum of twenty (20) each microns. 1.1.7 Thermocouples 1.1.7.1 System shall have a minimum of four (4) each Type K control. One (1) each for control, three (3) each for data collection. 1.1.7.2 System shall have a minimum of one (1) each Type K over-temp thermocouple for monitoring the ram temperatures. 1.1.7.3 Data acquisition shall track, at a minimum: 1.1.7.3.1 Force 1.1.7.3.2 Z-axis (ram) position 1.1.7.3.3 Temperature (all channels simultaneously) 1.1.7.3.4 Vacuum (chamber pressure) 1.1.6.3.5 Voltage 1.1.6.3.6 Amperage C.2 Delivery, Training, and Installation C.2.1 The Contractor shall deliver the DCS system to (APG), MD 21005 within twenty eight (28) weeks after date of contract. C.2.2 The Contractor shall furnish all labor, tools, and supplies to perform successful installation of the system at ARL within twelve (12) weeks after system delivery. C.2.3 The Contractor shall supply at least one (1) trained technician, for two (2) days, to perform the training on the system that covers daily operation and routine maintenance at designated installation within four (4) weeks of system delivery. C. Responses: All interested parties should notify this office in writing via email as specified below within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 500 standard that accompanies NAICS code 332117. If a small business, you must also list any small disadvantaged status you [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 3:00 PM Eastern standard time 8/14/2019. Submissions should be emailed to Vanessa Garcia vanessa.a.garcia18.civ@mail.mil Questions concerning this sources sought may be directed to Vanessa Garcia, Contract Specialist, vanessa.a.garcia18.civ@mail.mil or Phone # 575-678-5137. Please be advised that .zip and .exe files cannot be accepted. (13) Place of Contract Performance: N/A Delivery FOB destination. (14) Estimated Delivery Timeframe or Period of Performance: See section C.2 Delivery.