Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
SOURCES SOUGHT

43 -- Ingersoll Rand Equipment

Notice Date
2/14/2018
 
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
N6833518R0180
 
Archive Date
3/16/2018
 
Point of Contact
Frances Marigliano, Phone: 7323234889
 
E-Mail Address
frances.marigliano@navy.mil
(frances.marigliano@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised the U.S. Government will not pay any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site fort the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS 1.0 The Naval Air Warfare Center Aircraft Division (NAWCAD) is soliciting information and comments from industry on its ability to provide for the full replacement of one (1) 1500 horsepower (HP) Ingersoll Rand Compressor (S/N: M9810107A, M/N: 2CII40M3) Airend and all other required operations. The Air Compressor is located at Fleet Readiness Center East (FRC East), Marine Corps Air Station (MCAS) Cherry Point, NC. The contractor must be authorized by the OEM and capable of providing all required supplies and services (procurement, transportation, inspection, engineering, installation, removal, rigging, mechanical, electrical, welding, machining, alignment, programming, start-up, testing), parts, tools and materials to successfully perform and complete all required operations. The required operations on compressor and/or associated network components include: 1) Replace existing Ingersoll Rand Compressor Airend (M/N: 2CII40M3) with a remanufactured 1500 HP Ingersoll Rand Compressor Airend (M/N: 2CII40M3), 2) Ensure all existing interface capabilities are maintained between the compressor and associated networks, 3) Replace condensate alarm level switch with new switch on the compressor, 4) Replace existing bypass valve with new bypass valve on the compressor, 5) Replace local control panel Base Control Monitor (BCM) battery with new BCM battery on the compressor, 6) Evaluate operation of all condensate drains on the compressor, 7) Evaluate, calibrate, and correct two (2) existing network flow meters. The 1500 HP Ingersoll compressor (S/N: M9810107A, M/N: 2CII40M3, EIN: 65923081164) required operations are located at Fleet Readiness Center East (FRC East), MCAS Cherry Point, NC: RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated contractual point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: • Interested parties shall respond with existing capabilities and products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833518R0180/listing.html)
 
Record
SN04823270-W 20180216/180214231634-5e553c38be7e3c72c0c55eca88c15954 (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.