Maryland Bids > Bid Detail

Sources Sought for Quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159311145468007
Posted Date: Mar 20, 2024
Due Date: Mar 28, 2024
Solicitation No: W911QX24R0013
Source: https://sam.gov/opp/960b2fcc74...
Follow
Sources Sought for Quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders
Active
Contract Opportunity
Notice ID
W911QX24R0013
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 02:01 pm EDT
  • Original Response Date: Mar 28, 2024 11:59 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3431 - ELECTRIC ARC WELDING EQUIPMENT
  • NAICS Code:
    • 333992 - Welding and Soldering Equipment Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

Sources Sought Instructions





Sources Sought Template:



(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 : 11 March 2024



(3) Classification Code : 34



(4) NAICS Code: 333992



(5) NAICS Size Standard: 1,250 Employees



(6) Contracting Office Address: 2800 Powder Mill Road

Bldg. 601

Adelphi, Maryland 20783



(7) Subject: Sources Sought for Quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders, monthly preventative maintenance, and repair services on the machines, and real-time onsite repair and maintenance of these seven (7) machines within 24 hours notification



(8) Proposed Solicitation Number: W911QX24R0013



(9) Sources Sought Closing Response Date: 28 March 2024



(10) Contact Point: Douglas Dennard, Contract Specialist, douglas.c.dennard.civ@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. Quantity four (4) Metal Inert Gas (MIG) Welders, quantity one (1) Tungsten Inert Gas (TIG) Welder quantity two (2) Truck Mounted Welders, monthly preventative maintenance, and repair services on the machines, and real-time onsite repair and maintenance of these seven (7) machines within 24 hours notification.





Quantity (qty) four (4) Metal Inert Gas (MIG) Welders in accordance with the following specifications:






  • The contractor shall include TransPuls Synergic (TPS) 500i push pull standard.

  • Shall have synergic functionality with an available database of 1500 synergic lines to support different materials.

  • Shall be Metal Inert Gas (MIG) welders.

  • Shall be a fully integrated system.

  • Shall include job storage up to 1000 jobs per system.

  • Shall include updatable technology for enhanced performance.

  • Shall include system tests to a 20,000 hour service life.

  • Shall include a maximum welding current of 500 amps (A).

  • Shall have a welding current of 500 amps (A) at 40 percent.

  • Shall have a welding current of 430 amps (A) at 60 percent.

  • Shall have a welding current of 360 amps (A) at 100 percent.

  • Shall have an open circuit voltage of 71 volts (v).

  • Shall have 50-60 hertz (Hz) frequency.

  • Shall have 3x 400 Volt main voltage.

  • Shall include a wheeled cart for portability.

  • The contractor shall include Metal Inert Gas (MIG) gun with Light Emitting Diode (LED) display.

  • The contractor shall include Metal Inert Gas (MIG) Hose Pak 320i Water-cooled Pull Metal Inert Gas (MIG) System /F-style Service connector, SC/Job master/5.8M/ Light Emitting Diode (LED).

  • The contractor shall include Metal Inert Gas (MIG) Torch Body 500i Water-cooled Torch Body.

  • The contractor shall include Metal Inert Gas (MIG) Torch Water-cooled 500I Push Torch.

  • The contractor shall include Pulse Multi Control (PMC) Welding Program.

  • The contractor shall include Low Splatter Control (LSC) Welding Program.

  • The contractor shall include Option I Special Synergic Line Software.

  • The contractor shall have a feeder operator panel.

  • The contractor shall have a feeder display cover.

  • The contractor shall have a feeder caster wheel assembly.

  • The contractor shall have Optional Transport Unit Dual Cylinder Cart.

  • The contractor shall include quantity (qty) 500 contact tips size .045 inch

  • The contractor shall include quantity (qty) 25 clamping piece size .045 inch red.

  • The contractor shall include quantity (qty) 20 feeder rolls .045 inch red.

  • The contractor shall include quantity (qty) 125 nozzles standard 3/4 inch size.

  • The contractor shall include quantity (qty) 5 splatter guards.

  • The contractor shall include quantity (qty) 25 nozzles standard 5/8 inch size.

  • The contractor shall include quantity (qty) 25 insulator packs.

  • The contractor shall include 3 on-site instructional training days for operation, maintenance, and safety.

  • The contractor shall include an initial 6-hour on-site training visit and a training review after 90 days.

  • The contractor shall include 4 hour on-site visit to review training and address end user needs at 60 days and 6 months.

  • The contractor shall nclude five-year warranty on each welder and all associated parts.

  • The contractor shall include monthly principle period of maintenance (PPM) service and periodic monthly maintenance on all four machines; to include labor, tools, and supplies.

  • The contractor shall include repair services on all four machines to include labor, tools, supplies and replacement parts as needed.

  • The contractor shall include the following parts as needed; lubricants, oils, grease, belts, fuses, switches, lamps, and those items associated with preventative maintenance and standard remedial/emergency repair items.

  • The contractor shall include on-site visits for principle period of maintenance (PPM), periodic monthly maintenance, and repair services, located at Aberdeen Proving Ground, MD.

  • The contractor shall include on-site visits within 24 hours of notification that remedial and emergency maintenance and repairs is required.

  • The unit shall have active error monitoring and 24/7 factory support.

  • The contractor shall include freight, rigging and shipping charges.

  • The contractor shall include machine installation.

  • Delivery to 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005 no later than two (2) weeks After Receipt of Order (ARO).





Quantity (qty) one (1) Tungsten Inert Gas (TIG) Welder in accordance with the following specifications:




  • Shall be a Tungsten Inert Gas (TIG) Welder.

  • Shall have a display screen.

  • Shall have 50-60 hertz (Hz) frequency.

  • Shall have 3x 400 Volt main voltage.

  • Shall have a + or mins 15 percent voltage tolerance

  • Shall have a welding current of 500 amps (A) at 40 percent.

  • Shall have a welding current of 430 amps (A) at 60 percent.

  • Shall have a welding current of 360 amps (A) at 100 percent.

  • Shall be generator compatible.

  • Shall be multivoltage from 200-600 volts (V).

  • Shall have a maximum welding current of 500 amps (A).

  • Shall have an open circuit voltage of 96 volts (V).

  • The contractor shall have a power cable.

  • The contractor shall have a M4 primary power Plug.

  • Shall include a wheeled cart for portability.

  • Shall be a fully integrated system.

  • Shall include job storage up to 1000 jobs per system.

  • Shall include updatable technology for enhanced performance.

  • Shall include system tests to a 20,000 hour service life.

  • The contractor shall include 3 on-site instructional training days for operation, maintenance, and safety.

  • The contractor shall include an initial 6-hour on-site training visit and a training review after 90 days.

  • The contractor shall include 4 hour on-site visit to review training and address end user needs at 60 days and 6 months.

  • The contractor shall nclude five-year warranty on each welder and all associated parts.

  • The contractor shall include monthly principle period of maintenance (PPM) service and periodic monthly maintenance on all four machines; to include labor, tools, and supplies.

  • The contractor shall include repair services on all four machines to include labor, tools, supplies and replacement parts as needed.

  • The contractor shall include the following parts as needed; lubricants, oils, grease, belts, fuses, switches, lamps, and those items associated with preventative maintenance and standard remedial/emergency repair items.

  • The contractor shall include on-site visits for principle period of maintenance (PPM), periodic monthly maintenance, and repair services, located at Aberdeen Proving Ground, MD.

  • The contractor shall include on-site visits within 24 hours of notification that remedial and emergency maintenance and repairs is required.

  • The unit shall have active error monitoring and 24/7 factory support.

  • The contractor shall include freight, rigging and shipping charges.

  • The contractor shall include machine installation.

  • Delivery to 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005 no later than two (2) weeks After Receipt of Order (ARO).



Quantity (qty) two (2) Truck Mounted Welders in accordance with the following specifications:






  • Shall be portable truck mounted units.

  • Shall be a fully integrated system.

  • Shall include job storage up to 1000 jobs per system.

  • Shall be heavy duty models.

  • Shall include an industrial rotary air compressor.

  • Shall have compressor working pressure of 100 pounds per square inch gauge (psig).

  • Shall have an electronic display.

  • Shall include system tests to a 20,000 hour service life.

  • Shall have amperage of 20 amps to 600 amps.

  • Shall have an engine weld speed of 1800 revolutions per minute (RPM).

  • Shall have an induction engine block heater with 129 volts and glow plugs.

  • Shall have thermal overload protection.

  • Shall have a horsepower of 65.7.

  • Shall have a welding current of 500 amps (A) at 40 volts and 100 percent.

  • Shall have a welding current of 575 amps (A) at 43 volts and 100 percent.

  • Shall have a welding current of 600 amps (A) at 44 volts and 60 percent.

  • Shall have single phase continuous auxillary power of 12000 watts.

  • Shall have single phase peak auxillary power of 15000 watts.

  • Shall have three phase continuous auxillary power of 20000 watts.

  • Shall have three phase peak auxillary power of 27000 watts.

  • Shall have a weld sound rating of 78.9 decibles.

  • Shall have constant current (cc) weld output.

  • Shall have constant voltage (cv) weld output.

  • Shall include updatable technology for enhanced performance.

  • Shall have a maximum open circuit voltage of 92 volts of direct current (vdc).

  • The contractor shall include wireless interface control and ArcReach.

  • The contractor shall include 3 hours on-site instructional training days for operation, maintenance, and safety.

  • The contractor shall include on-site oil change, within 60 days of start-up.

  • The contractor shall include 4 hour on-site visit for run-in and start up for all new diesel equipment.

  • The contractor shall include five-year warranty on each welder and all associated parts.

  • The contractor shall include monthly principle period of maintenance (PPM) service and periodic monthly maintenance on the two machines; to include labor, tools, and supplies.

  • The contractor shall include repair services on the two machines to include labor, tools, supplies and replacement parts as needed.

  • The contractor shall include the following parts as needed; lubricants, oils, grease, belts, fuses, switches, lamps, and those items associated with preventative maintenance and standard remedial/emergency repair items.

  • The contractor shall include on-site visits for principle period of maintenance (PPM), periodic monthly maintenance, and repair services, located at Aberdeen Proving Ground, MD.

  • The contractor shall include on-site visits within 24 hours of notification that remedial and emergency maintenance and repairs is required.

  • The unit shall have active error monitoring and 24/7 factory support.

  • The contractor shall include freight, rigging and shipping charges.

  • The contractor shall include machine installation and assembly.

  • The contractor shall include an onsite run-in method procedure test during installation (verified and accepted on site by COR) following correct procedures.

  • Delivery to 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005 no later than two (2) weeks After Receipt of Order (ARO).





C. Responses:





All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include:






  1. To what extent each of the specifications can be met.






  1. Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,250 employees standard that accompanies NAICS code 333992. 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.].






  1. Past experience/ performance through the description of completed projects.





(12) Responses to this sources sought are due no later than 11:59 AM eastern standard time 28 March 2024. Submissions should be emailed to Douglas Dennard, Contract Specialist, douglas.c.dennard.civ@army.mil or Acquisition Specialist, Alex Gilliam, alex.p.gilliam.ctr@army.mil.





Questions concerning this sources sought may be directed to Douglas Dennard, Contract Specialist, douglas.c.dennard.civ@army.mil or Acquisition Specialist, Alex Gilliam, alex.p.gilliam.ctr@army.mil. Please be advised that .zip and .exe files cannot be accepted.





(13) Place of Contract Performance:



Army Research Directorate



6375 Johnson Road, Building 321



Aberdeen Proving Ground (APG), MD 21005





(14) Estimated Delivery Timeframe or Period of Performance:



Two (2) weeks After Receipt of Order (ARO).














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
  • Mar 20, 2024 02:01 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 >