SOURCES SOUGHT
99 -- USAFA Hydraulic Grip Power Supply
- Notice Date
- 8/6/2024 12:35:12 PM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA7000USAFAHGPS
- Response Due
- 8/12/2024 9:00:00 AM
- Archive Date
- 08/27/2024
- Point of Contact
- Ryan Dague, Phone: 7193334683, Nicole Cibula
- E-Mail Address
-
ryan.dague.1@us.af.mil, nicole.cibula@us.af.mil
(ryan.dague.1@us.af.mil, nicole.cibula@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing the information provided to the Government. The Request for Quotation (RFQ) number is FA7000USAFAHGPS and shall be used to reference any written responses to this sources sought notice. The US Air Force Academy (USAFA) anticipates a requirement that concludes as a firm-fixed price contract. The NAICS Code proposed is 334519, with a size standard of 600 employees. The Mechanical Engineering Department maintains a laboratory for cadet projects and hosts the Center for Aircraft Structural Life Extension. The research performed in this laboratory is critical for long-term operational use of aging aircraft in the USAF inventory. The lab uses structural testing equipment regularly, including several load frames from MTS Services Corporation. These load frames are used to examine structural characteristics of various geometries and materials. The load frames require precise hydraulic power that is controlled and supplied by MTS power supply units. The current power units are old and will soon be unusable due to safety concerns. It is necessary to replace the old power units with new units that can be maintained in the future. Salient Characteristics are as follows: Have greater than or equal to 0.75 kW electric motor Have greater than or equal to a 11.3 liter reservoir Have a 10-micron absolute return line filter Individual directional control valves for upper and lower grips Be capable of continuous running Adjustable grip closure rate Potential for hydraulic fluid use at elevated temperatures An operating temperature range of at least -30 to 160 degrees Celsius An adjustable operating pressure up to 70 MPa Required power supply of no greater than 120v The purpose of the replacement power units are to create a safe environment for the researchers and cadets using the current MTS Load Frames. As mentioned, the current power supply is aging and will soon be unsafe for use. Delivery is FOB Destination to USAF Academy, CO 80840. We are interested in any size business that is capable of fulfilling this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE THE SUPPLIER OR THE MANUFACTURER. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partners. �The Government will use this information in determining its small business set-aside decision. Please note that all contractors doing business with the Federal Government must be registered in the SAM.gov database, and are required to maintain an �active� status. Include in your package: Cage Code UEI SAM.gov registration expiration date Any related specifications/product drawings Responses may be submitted electronically to: ryan.dague.1@us.af.mil nicole.cibula@us.af.mil Mail and telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 12 AUGUST 2024. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c27a236f16a24e6a90a3d94d5290afa4/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN07159243-F 20240808/240806230129 (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 |