Thermal Spray Deposition (TSD) System Process Equipment Components
SOURCES SOUGHT SYNOPSIS The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest ... SOURCES SOUGHT SYNOPSIS The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Thermal Spray Deposition (TSD) system process equipment components. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 332117. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include Other Than Small and Small Business Firms. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Items to procure include Thermal Spray Deposition (TSD) System equipment components required for life cycle replacement-refresh and risk mitigation spares for existing TSD System 1 (Booths 2 & 3) and TSD System 2 (Booths 6 & 6a) located at the Fleet Readiness Center Southeast facilities, Naval Air Station Jacksonville. Each of these systems consists of two environmentally isolated booths. One booth contains the TSD spray/air venting equipment and the second booth protects the operators and contains power supplies, controls, etc. necessary to operate the TSD processes. These TSD systems were initially installed in the FRCSE shop facilities and connected to the various existing facility services to include the facility wide air pollutant exhaust handling unit as complete systems. Characteristics and Quantities of These Items: Equipment, incidentals, supervision and transportation for installation and startup to include ancillary modifications for connection to existing facilities & services are included with the following TSD life cycle replacement and risk mitigation spare components: TSD System 1 (Booth 6 & 6a): Provision, installation and integration of Fanuc robot, plasma spray gun and turntables: Fanuc M-710iC/20L Six Axis Robot to include: • R-30IA controller cabinet (460V, 3ph, 60 Hz) • Motor cables • Teach pendant • Modular I/O rack • Two (2) AOR16G output modules (16 outputs) • Two (2) AID16D input modules (16 inputs) • One (1) ADAo2A Analog output (2 channel) • Robot adapter plate and 3MBM gun mount bracket • Two (2) tool balancers with cable and hose hangers • Booth safety door switches and E-stop button • Integration with existing Unicoat system and new 9HL and 9HLP turntables • 20 kg payload capacity Unicoat Upgrade Package to add Conventional (Single Cathode) Gun Capability to include: • Gas detector set (Hydrogen) • Jam box 1030 with water conductivity sensor • SU-T1030 Jam switch box • Set of cables and hoses • 8MH-8 gun hose and cable assembly • Hydrogen manifold regulator • Two (2) 3MBM machine mount plasma guns Spray Wizard 9HL Turntable with Tilt to include: • 36 inch diameter plate • 500 lbs. load capacity • Speed: 30-360 RPM • Power: 110 VAC, single phase, 50/60 Hz • Analog input 0-10 VDC programmable function • Rotation CW or CCW • 1 hp VFD drive • Tilt moment 5000 inch-pounds • Castors and truck locks Spray Wizard 9HLP Low Profile Turntable to include: • 36 inch diameter plate • 250 lbs. load capacity • Speed: 30-360 RPM • Power: 110 VAC, single phase, 50/60 Hz • Analog input 0-10 VDC programmable function • Rotation CW or CCW • ¾ hp VFD drive • Castors and truck locks Ancillary equipment provision, installation and integration includes: • One (1) exhaust plenum (approximate area 7 ft wide by 5 ft high) for connection to existing air venting system ductwork • Properly sized additional make up air intake baffle • One (1) GSM-II (Gas Safety Monitor) package in Cell #6 including three (3) hydrogen sensors and one (1) electric solenoid manifold line (H2) • One (1) Climet HE/Climet RC heat exchanger/chiller package (460V, 3ph, 60 Hz) • Replacement of booth overhead lighting with explosion proof lighting (four bulbs within spray cell, six bulbs just outside spray cell) • Installation of quick disconnect control plugs on six (6) Triplex powder feeders TSD System 2 (Booths 2 & 3): Provision, installation and integration of two process MultiCoat High-Velocity Oxygen Flame (HVOF) and Combustion Powder Flame systems: HVOF Process to include: • Spray controller • Set of cables and hoses • Jam box GF-H20 • Gas management center GMC-H20 (Hydrogen, Oxygen, Air) • Two 9MPE-DJ-CL20 powder feed units • 2600JM complete automatic hybrid DJ spray gun • Data logging (MXP-1) Combustion Powder Process to include: • Gas management center GMC F20-L1 C2H2 (Acetylene, Oxygen, Air) • 9MPCL-20 powder feed unit • 6P-II spray gun with ignition unit • 6P330 air jet assembly • Jam box F-20 • Powder combustion software package (MCV-F) • Set of cables and hoses The NAICS Code for this requirement is NAICS Code: 332117 - "Powder Metallurgy Part Manufacturing". Interested/potential offerors should submit their Description of Supply no later than 2 April, 2019 by 5:00 pm. Responses should be submitted via email to Mr. Jesse Lugo at jesse.lugo@usace.army.mil or mailed to U.S. Army Corps of Engineers, Contracting Division, 701 San Marco Blvd., Jacksonville, Florida 32207; Attention: Mr. Jesse Lugo. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Anticipated solicitation issuance date is on or around May 14, 2019. The official Synopsis citing the solicitation will be issued on Federal Business Opportunities www.fbo.gov on or around May 13, 2019. You must be registered in the System for Award Management (SAMS) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance. Contracting Office Address: US Army Corps of Engineers, Jacksonville District, 701 San Marco Blvd., Jacksonville, Florida 32207 Place of Performance: Jacksonville Florida
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »