Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOURCES SOUGHT

66 -- HYDROSPACE LABORATORY LARGE LITTORAL TEST CHAMBER

Notice Date
7/18/2022 9:12:50 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-22-SN-Q28
 
Response Due
7/22/2022 1:00:00 PM
 
Point of Contact
Olivia L. Farr, Phone: 8508903558, Kathryn Mintz, Phone: 8502307020
 
E-Mail Address
olivia.l.farr.civ@us.navy.mil, kathryn.l.mintz.civ@us.navy.mil
(olivia.l.farr.civ@us.navy.mil, kathryn.l.mintz.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT FOR HYDROSPACE LABORATORY LARGE LITTORAL TEST CHAMBER **This request is only for 1 each Chamber and its delivery. Interested companies shall not quote for installation** **The Government reserves the right to evaluate socioeconomic set asides based on the results of this notice** Purpose The Naval Surface Warfare Center Panama City Division (NSWC PCD) is performing a market survey of current large Hydrostatic Test Chambers to meet the needs of the NSWC PCD Hydrospace Laboratory.� The Hydrospace Laboratory serves as an unbiased testing location for assessing and measurement of life supporting equipment and systems, and provides in-house research and development. By supporting this effort, you will be enabling the US Navy to better define current technical capabilities for future acquisition decisions. Information provided to NSWC PCD will not be shared or distributed beyond other U.S government agencies without express written consent. It is desired that you fill out and return the attached form for each of your products relevant to this topic. Description This market survey is intended to: a) Assess the availability of current commercial product lines and capabilities. b) Assess industries� capabilities to develop and produce a Hydrostatic Test Chamber, as description herein. For the purposes of this market survey, a Hydrostatic Test Chamber is a corrosion-resistant horizontal pressure vessel, capable of being maximally opened for Laboratory testing purposes, with controls for opening, access ports, and mounted in some fashion to a corrosion-resistant base. The planned version of the horizontal test chamber is envisioned to be 60� inside diameter (i.d.) by 144� tangent-tangent to fit the available space.� Large Littoral Test Chamber. Installation is excluded from this RFI. The chamber and components should be corrosion-resistant to the greatest extent possible. Stainless steel should be used for any liquid contact surfaces. Chamber should be operable from elevated temperature, for example 175 degrees F. Chamber should be operable to below freezing. � The chamber should be operable under vacuum. The chamber should be operable under pressure such as 500 psig or more. The chamber should have multiple removable penetrators. At least six access ports should be included. These need to be at least 6.5�. Chamber will be motorized for ease of opening. Chamber should be capable of complete opening or full closing in less than two (2) minutes. The inside of the chamber should have a platform. The inside of the chamber should have threaded mounting studs on one end. System designed to be operable by trained user. A control panel for the chamber will be appropriately located for access and contain lights to indicate chamber status, the ability to control the chamber, and an emergency stop. An appropriately scaled pressure gauge for the chamber should be visible from the operating area. Chamber shall be warranted free from defects in material and workmanship for a minimum of twelve (12) months. Responses Responses to this RFI should include supporting materials that provide a demonstration of your company�s capabilities and experience.� For costs, please provide any applicable quantity discounts.� The following information is requested (indicate if the information is an estimate or actual).� Product Description (including key features/functionality) Physical Characteristics / Electrical Characteristics System Safety Product History User Interface Product Maturity Cost Responses should be prepared using the form attached to this announcement. Please e-mail this form with any supporting pictures or attachments to olivia.l.farr.civ@us.navy.mil or mail to Naval Surface Warfare Center � Panama City Division (Code 023), Attn: Olivia Farr 110 Vernon Ave, Building 373, Panama City, FL 32407 and label with the solicitation number and title.� NSWC Panama City requests your responses by 31 July, 2022.� Questions can be submitted electronically to olivia.l.farr.civ@us.navy.mil.� The technical point of contact is Kathryn Mintz, NSWC PCD Code E33, (850) 230-7020, kathryn.l.mintz.civ@us.navy.mil>. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Your assistance in supporting this effort will enable the USMC to define well-informed requirements and will greatly improve the efficiency of future acquisition and developmental efforts.� Please ensure any supporting documentation does not exceed 6MB and 10 pages. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. �This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. NAICS Code: ����������� 334516 Size Std:�������������������� 1,000 employees PSC Code:���������������� 6640 -END- Response Form Announcement Number:� Marine Littoral Regiment (MLR) Scalable Expeditionary Fuel System (EFS) Market Survey Company Name, Address, Technical POC Product Description (including key features/functionality, and self-pumping, fuel filtering capabilities) Physical Characteristics / Electrical Characteristics System Safety Product History User Interface Product Maturity Cost
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb6e896688c44f208b966a5ff046fbdd/view)
 
Place of Performance
Address: FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN06393053-F 20220720/220718230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.