Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2017 FBO #5811
SOURCES SOUGHT

43 -- Air & Gas Compressor Manufacturing

Notice Date
10/19/2017
 
Notice Type
Sources Sought
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833518R0046-RFI
 
Archive Date
11/18/2017
 
Point of Contact
Rene Brown, Phone: 732-323-2780
 
E-Mail Address
rene.brown@navy.mil
(rene.brown@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Systems Command (NAVAIR) and PMA 251 Aircraft Launch and Recovery Equipment (ALRE) Program Office are issuing this Request for Information to determine the feasibility and industry interest in the acquisition of two types of a man-portable air compressor: one that is hydraulic-powered and one that is diesel powered. The compressors shall meet the requirements stated below. Submissions will be considered based on their ability to meet the functional and performance requirements described below, along with its total life-cycle impact. Interested companies may submit relevant product specifications or literature, and may proffer alternate technical solutions that meet Government requirements, as delineated below. Interested companies may also submit relevant product specifications or literature, and may proffer alternate technical solutions that are near or similar to the specified Government requirements. Rough Order of Magnitude pricing may be submitted for Government information and planning purposes. Eligibility The applicable PSC code is 4310 and the applicable NAICS code is 333912 with a size standard of 1,000 employees. All interested businesses are encouraged to respond. Requirements Both types of air compressors shall supply air pressure to a Stanley Hydraulic Tools Model SK58 Sinker Drill. The hydraulic-powered air compressor shall be powered by a Stanley Hydraulic Tools Model HP 18289M Diesel Hydraulic Power Unit. The diesel air compressor shall be powered by a self-contained diesel engine. 1.0 Air Pressure Delivery Requirements (For Both Units) 1.1 30 cfm at 120 psi 1.2 Air Connections shall be standard connections with a quick-disconnect fitting 2.0 Hydraulic Power Requirements (For Hydraulic Unit) 2.1 Hydraulic flow rate and pressure requirements: 8 to 9 gpm at 2,100-2,200 psi. This is a Hydraulic Tool Manufacturers Association (H.T.M.A.) Type II Circuit. The Hydraulic System shall be an open-centered system. 2.2 Hydraulic Fluid shall be compatible with Exxon Mobil DTE 10 Excel with a viscosity index greater than 140. 3.0 Diesel Power Requirements (for Diesel Unit) 3.1 The diesel unit shall run on diesel, JP-8 and A-1 fuels (Objective), or only diesel fuel (Threshold). 4.0 Physical Dimensions - Maximum Size and Weight (For Both Units-Excluding Mobility Features) 4.1 Length: 38 inches (threshold); 36 inches (objective) 4.2 Width: 26 inches (threshold); 24 inches (objective) 4.3 Height: 30 inches (threshold); 28 inches (objective) 4.4 Weight: 250 pounds maximum 5.0 Features 5.1 Relief valve 5.2 Pressure gauge 5.3 Air tank drain valve 5.4 Wheel and skid kit with handles for mobility - Man Portable Submittal Information and Instructions The Government requests interested companies submit documentation to address the following information: 1. Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. 3. Manpower to include the number of company employees and applicable skill sets. Interested companies are invited to submit a Capabilities Package of no more than 3 pages in length, single spaced, 12 point font minimum. The Capabilities Package will be used to determine a company's ability to meet the requirements and the information requested in the Capability Package Submittal Information and Instructions 1-3. The Government may subsequently opt to conduct company site visits to further determine eligibility and capability. Please note that this Request for Information is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and Government is not obligated to award a contract as a result of this announcement. The Government will NOT reimburse companies for any expenses incurred to prepare the Capability Package Submittal Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833518R0046-RFI/listing.html)
 
Record
SN04718431-W 20171021/171019231431-6bc7505caa1dcf90f309bb89f0e72a25 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.