Sources Sought for Automated Oxyacetylene Torch Systems

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159570213322732
Posted Date: Aug 3, 2023
Due Date: Aug 15, 2023
Solicitation No: W911QX23Q0177
Source: Members Only
Follow
Sources Sought for Automated Oxyacetylene Torch Systems
Active
Contract Opportunity
Notice ID
W911QX23Q0177
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG ADELPHI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 03, 2023 02:11 pm EDT
  • Original Response Date: Aug 15, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3419 - MISCELLANEOUS MACHINE TOOLS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

(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 : 8/8/23



(3) Classification Code : 34



(4) NAICS Code: 334515



(5) NAICS Size Standard: max 1,000 employees



(6) Contracting Office Address:



2800 Powder Mill Road

Bldg. 601

Adelphi, Maryland 20783



(7) Subject: Sources Sought for: Automated Oxyacetylene Torch Systems



(8) Proposed Solicitation Number: W911QX23Q0177



(9) Sources Sought Closing Response Date: 8/15/23



(10) Contact Point: Karen Millner, Acquisition Specialist, karen.s.millner.ctr@army.mil



(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. Salient Characteristics:



The Government requires one (1) customized Oxy-acetylene Torch and Automated Gas Delivery System that meet the following technical specifications:



1. A remote electronic ignition, remote shutoff, and remote control of oxygen and acetylene gas flow rates, pressure monitors for both gases, flow monitor for cooling water, automatic flame ignition, automatic flame shutoff, and flame power control provided with a user interface with selectable power settings. The user interface must be in English. The system must be operated by a control panel, computer, or touchscreen so the end-user can operate the torch and adjust settings without manually igniting or extinguish the torch.





2. Ability for end-user monitoring and control of all electronic valves, sensors, and automatic control settings available via potential-free contacts with electrical wiring diagram and manuals in English. This will allow the end user to incorporate the provided torch system into a user-provided robotic system so that the robotic system can control and monitor the torch system as needed by the end user’s application. A software API (application programming interface) provided with a programming manual (in English) is also welcomed (but not required). Providing an API must be in addition to providing the potential-free contacts required by this document.





3. Additional output contacts shall be provided to indicate an unexpected no-flame or flame out alarms and gas under/over pressure alarm. Additional input contact shall be provided to safely extinguish flames and shut off all gas flows for the purposes of, for example, emergency shutdown buttons and other external safety monitoring devices. These contacts shall be provided with electrical wiring diagrams and manuals in English.





4. Any flames involved (main flame, pilot flame, etc.) shall be monitored by the provided system to provide feedback for automatic flame ignition and for safely shutting off gases in the event of a no flame, flashback, or flame out condition.





5. Incorporate automatic balancing and remotely controllable gas flow controllers calibrated for controlling oxygen and acetylene gas flows between 0 Standard Cubic Feet per Minute (SCFM) and at least 2.30 SCFM, and no more than 3 SCFM. Oxygen gas flow shall be automatically balanced at 1.1 times the acetylene gas flow.





6. System shall accommodate and accurately regulate torch tips/nozzles/inserts with heating powers from at minimum 1.3 Kilowatt (kW) (lower power is also acceptable) to 45 kW or higher.





7. Three (3) each of interchangeable “large flame” type tips/nozzles/inserts compatible with the system shall be provided that have a flame that is at least 12 millimeters (mm) in diameter and heating powers centered at 12 kW ± 2 kW and 27 kW ± 5 kW.





8. Three (3) each of interchangeable “small flame” tips/nozzles/inserts compatible with the system shall be provided that have heating powers centered at 2.5 kW ± 0.5 kW and 11.5 kW ± 2 kW





9. Water cooling capability of “large flame” tips/nozzles/inserts greater than 10 kW power output shall be provided to prevent flashbacks and minimize wear to the tip or nozzle. (the source of chilled water will be provided by the end user)





10. The end user will mount the torch assembly (tip/nozzle/inserts, wand attachment, ignition components, etc.) on a custom robotic placement system, therefore the torch assembly shall be connected to the rest of the gas and water flow control system (valves, manifolds, supply tanks, etc.) by at least 5 meters and no more than 7 meters of braided hosing, provided by the vendor. Similarly, any electrical wiring associated with the remotely mounted torch assembly shall require at least 5 meters and no more than 7 meters of wiring, provided by the vendor.





11. The gas and water flow control system components (valves, gas tubing/pipes, sensors) that do not affix to an end user supplied component (such as gas tank, torch assembly, chiller) will be finally connected to one another (threaded/soldered) and rigidly affixed so that the entire assembly can be mounted on a wall at the end user’s location. For shipping/transportation/pragmatic reasons, it is permissible to divide the gas and water flow control systems into separate panels or sub-panels provided that final installation at the end user facility will require minimal re-assembly of the panels to reconstitute the complete system as originally constructed by the vendor.





12. The interchangeable tips/nozzles/inserts required above, including the associated water cooling components (when required), shall be bent to a common angle between 45⁰ and 90⁰ off the axis of the wand/handle/manifold to which the interchangeable parts are to be affixed to so that the flame exits at a common angle off axis with the non-interchangeable component that is to be permanently affixed to the end user’s custom robotic system.





13. Gas supply system is compliant with one of the recognized industrial thermoprocessing equipment safety standards (ISO/TC 244, CEN/TC 186, EN 746, OSHA 1910.253)





14. Components requiring electrical power shall need to operate with 120VAC@60Hz and/or 240VAC@60Hz to conform to the end user’s electrical system in the United States. This does not apply to low-voltage (



15. Shipping FOB Destination: U.S. Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005.





C. Responses:





All interested parties should notify this office in e-mail 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 NAICS employee size standard that accompanies NAICS code 334515. If a small business, you must also list any small, disadvantaged status you hold [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 11:00am eastern standard time on 15 August 2023. Submissions should be emailed to Acquisition Specialist, Karen Millner, karen.s.millner.ctr@army.mil .





Questions concerning this sources sought may be directed to Karen Millner at karen.s.millner.ctr@army.mil . Please be advised that .zip and .exe files cannot be accepted.



(13) Delivery to: 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005



(14) Estimated Delivery Timeframe: 16-18 weeks from date of award.


Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 03, 2023 02:11 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >