SOURCES SOUGHT
99 -- Request for Information Nitrogen Tank
- Notice Date
- 1/21/2016
- Notice Type
- Sources Sought
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- NitrogenTank
- Archive Date
- 3/1/2016
- Point of Contact
- Nancy E. Cox, Phone: 478-926-8899
- E-Mail Address
-
nancy.cox@us.af.mil
(nancy.cox@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Nitrogen Tank 21 January 2016 The Government is conducting market research to identify potential sources that can supply the needed : Vertical Liquid Nitrogen Cryogenic Tank Part number14028434, Description FNL VS-11000SC-250CS-01 Requirements: • Working Pressure 250 PSIG • Diameter 9' 6", • Height 33' 11" • 11,000 Gallon capacity • Plumbing built to ASME B31.3 Code. Delivery and Installation The Vertical Liquid Nitrogen Cryogenic Tank must be delivered and set on foundation provided by the government located at Robins PKWY, Building 169, Robins AFB Ga. 31098. The installation shall be completed five (5) working days after arrival at Robins AFB. The Government does not own or have access to the data for these items. The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The only known source for this Nitrogen Tank is: Chart Inc. 407 7th Street, NW New Prague, Mn. 56071-1010 Cage code 34351 Contractor shall furnish all material, support equipment, tools, test equipment, and services. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. FAR 52.215-3 applies. INSTRUCTIONS: 1. The document(s) below contain a description of the Nitrogen Tank requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to the Nancy E. Cox, email : nancy.cox@us.af.mil, 478-926-8899 Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (332420) Code: Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). RFIs are to be posted for 30 days for efforts greater than $3.0M, 45 days for foreign place of performance, otherwise, 15 days. Written responses, no facsimiles or e-mails please, must be received no later than close of business 15 February,2016. Please email your response to:nancy.cox@us.af.mil. A. Manufacturing Questions 1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Number of assets shipped 4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. 5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. 9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a. Provide an outline of the proposed process, including inspections. i. State the type of test procedures are anticipated for this effort. ii. State the type of inspection processes anticipated for this effort. 1. NDI/T. 2. Destructive testing/inspection. 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 11. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. B. Commerciality Questions: 1. Is there established catalog or market prices for our requirement? 2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Product Description Nitrogen Tank 13 January 2016 1. DESCRIPTION OF PRODUCT Purchase a new Vertical Liquid Nitrogen Cryogenic Tank Part number14028434, Description FNL VS-11000SC-250CS-01 1.1 Requirements: • Working Pressure 250 PSIG • Diameter 9' 6", • Height 33' 11" • 11,000 Gallon capacity • Plumbing built to ASME B31.3 Code. 1.2 Delivery and Installation The Vertical Liquid Nitrogen Cryogenic Tank must be delivered and set on foundation provided by the government located at Robins PKWY, Building 169, Robins AFB Ga. 31098. The installation shall be completed five (5) working days after arrival at Robins AFB. 1.3 Contact POC: Rico Villafane, AFMC 802 MXSS/MXDTC Telephone: 478-468-8862, DSN 4688862 Email: rico.villafane@us.af.mil 2. General Information 2.1 Green Procurement Program (GPP): The contractor shall comply with the Green Procurement Program in accordance with Under Secretary of Defense (USD) Memorandum, Establishment of the DoD Green Procurement Program, dated August 27 2004, establishes the requirement for a GPP. The GPP is a mandatory federal acquisition program that focuses on the purchase and use of environmentally-preferable products and services. In accordance with FAR 23.404, Agency Affirmative Procurement Programs, the GPP requires 100% of purchases of Environmental Protection Agency (EPA)-designated products, included in the Comprehensive Procurement Guidelines (CPG) list, contain recovered materials unless the item cannot be acquired competitively within a reasonable timeframe, meet appropriate performance standards, and/or be acquired at a reasonable price. In accordance with FAR 23.101, Sustainable Acquisition Policy / Definition, the GPP requirement applies to all acquisitions, including services, using U.S. Government appropriated funds. The Green Procurement Program (GPP) includes these mandatory components: (1) Recycled content products, also known as Comprehensive Procurement Guideline (CPG) Items http://www.epa.gov/cpg/products.htm (2) Energy Star® and energy-efficient products; energy efficient standby power devices http://www.eere.energy.gov/ (3) Bio-based products http://www.dm.usda.gov/procurement/programs/biobased/awarenessbrochure_may2006.pdf (4) Non-ozone depleting substances http://www.epa.gov/ozone/snap/lists/index.html 2.2 ETMS Environmental Management System (EMS): Any contractor employee working on Robins Air Force Base will require EMS training. The prime contractor is responsible for ensuring that all subcontractors comply with this requirement. Computer-based training is provided by the Base Civil Engineering Group Environmental Management Office. https://geobase.robins.af.mil/emstraining/EMSTrainingOptions.aspx. For questions concerning this training, contact 78 CEG/CEG, 327-8344 for assistance. 2.3 Security Requirements Government Security Regulations: The Contractor shall ensure personnel, information, system, facility, and international security requirements are met in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), Air Force Instruction (AFI) 31-101, Integrated Defense, and Robins Air Force Base Instruction (RAFBI) 31-101, Installation Security. 2.3.1 Security Clearance: The Contractor shall ensure Contractor personnel have a valid security clearance appropriate to the access required for proper accomplishment of contract/order requirements. Contractor personnel shall not be authorized access to classified and/or sensitive, but unclassified, information and/or materials or be permitted to work on classified and/or sensitive, but unclassified, projects and/or programs without a proper security clearance and a need-to-know. Contractor personnel whose clearances have been suspended or revoked shall immediately be denied access to classified and/or sensitive, but unclassified, information. 2.3.2 Communications Security (COMSEC): The Contractor shall use only secure communications methods and/or equipment to transmit or otherwise transfer classified and/or sensitive, but unclassified, information in accordance with DoD 5220.22-M. 2.3.3 Access to Government System: The Government will provide Contractor personnel access to systems required to perform tasks under the contract/order. The Contractor shall ensure Contractor personnel who require access to a Government AIS have a DNACI conducted in accordance with DoD 5220.22. The Government will provide system access subject to approval of the DD Form 2875. Upon completion/termination of the contract/order or transfer/termination of Contractor personnel, the system account will be closed. 2.3.4 Access to Government Facilities 2.3.4.1 The Contractor shall ensure Contractor personnel who require access to Robins AFB or other Government facilities comply with the security procedures of the facility. 2.3.4.2 If Contractor personnel require repeated access to Robins AFB or another Government facility over the life of the contract/order, the Contractor shall ensure they complete, as applicable, a DD Form 1172-2 (Application for Department of Defense Common Access Card - DEERS Enrollment) to obtain a Common Access Card (CAC), an Air Force Materiel Command (AFMC) Form 496 (Application for AFMC Identification Card) to obtain an AFMC Identification Card, or an AFMC Form 387 (Contractor ID Card/Badge) to obtain a Contractor Identification (ID) Card/Badge. 2.3.5 All visitation requests will be submitted through the Joint Personnel Adjunction System (JPAS) to the contract security manager Security Management Office (SMO) code RX1MFN826. Visitations will be made available for review by the Group Security Manager (GSM) of the area where the task will be performed. 2.3.6 Operations Security (OPSEC): The Contractor shall ensure compliance with OPSEC requirements including procedures to protect classified and/or sensitive, but unclassified, Government projects and/or programs. The Contractor shall ensure Contractor personnel who perform work at Robins AFB or another Government facility comply with the OPSEC procedures of the facility. 2.3.7 Security Incident or Violation: The Contractor shall immediately notify the Government Security Office of any potential or actual security incidents or violations including potential or actual unauthorized disclosure or compromise of classified and/or sensitive, but unclassified, information. 2.4 Environmental Management System (EMS): Any contractor employee working on Robins Air Force Base will require EMS training. The prime contractor is responsible for ensuring that all subcontractors comply with this requirement. Computer-based training is provided by the Base Civil Engineering Group Environmental Management Office. https://geobase.robins.af.mil/emstraining/EMSTrainingOptions.aspx. For questions concerning this training, contact 78 CEG/CEG, 327-8344 for assistance. 2.5 Contractor Safety Program. The contractor shall establish and maintain an acceptable safety program in accordance with their accepted Safety and Health Plan. No more than two Class C mishaps per contract year and Zero Class A or B mishaps will be tolerated. All changes to the plan must also be submitted in writing and approved by the government via the DD 1423 Data Item Number Data Acquisition Document Number DI-ENVR-81375 for Contractor's Standard Operating Procedures (SOP) to receive the Contractor's Safety and Health Plan Update. 2.5.1 Safety and Health Plan: Within 10 calendar days after contract award, the contractor shall provide a copy of their company Safety Plan that is required to ensure compliance with the Occupational Safety and Health Act (OSHA) (Public Law 91-596). The Safety Plan shall be provided to the Safety Office for review. The Safety Office will provide acceptance or non-acceptance within 5 working days of receipt to the government point-of-contact who will notify the CO. (CDRL A001, Contractor's Standard Operating Procedures, DI-MGMT-81580). 2.5.2 The contractor Safety Plan shall address in detail the items listed in the Contract Appendix C, Part II through Part IV as applicable. For task specific procedures identified in the Contract Appendix C, the contractor's internal procedures for those tasks must be identifiable within the submitted Safety Plan or shall be provided in an amendment or addendum to the company's Safety Plan. If task specific procedures identified in the Contract Appendix C, are not submitted with the contractor's Safety Plan, the submitted Safety Plan will be returned as NOT ACCEPTED. The contractor will have 5 working days to resubmit the Safety Plan, amendment or addendum to address or correct issues identified for non-acceptance. The Safety Office will provide acceptance or non-acceptance of the resubmission within 5 workings days of receipt to the government POC who will notify the CO. 2.5.3 Safety Mishap/Incident Reporting: The contractor shall report all mishaps/incidents in accordance with the Contract Appendix C. The contractor shall immediately secure the mishap scene and damaged property and impound pertinent maintenance and training records until released by the Government's Safety Office (78ABW/SE). Such release shall be accomplished through the CO. The contractor shall cooperate and assist Government personnel in the investigation of the incident and submit an Accident/Incident Report within 24 hours of the accident/incident. The Contractor shall require all subcontractors to comply with required safety, health and fire standards. (CDRL A002, Accident/Incident Report, DI-SAFT-81563)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/NitrogenTank/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN03998108-W 20160123/160121234932-e9067336437e162a99c9b4df5b412644 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |