SOURCES SOUGHT
31 -- T700 Engine Bearing Part Washer
- Notice Date
- 1/7/2026 9:54:38 AM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833526RFI0989
- Response Due
- 1/21/2026 1:00:00 PM
- Archive Date
- 02/05/2026
- Point of Contact
- William T. Hemhauser
- E-Mail Address
-
william.hemhauser@navy.mil
(william.hemhauser@navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Request for Information (RFI) only. This is not a solicitation announcement for proposals and there is no solicitation package available and no contract will be awarded as a result of this request. The Naval Air Warfare Center, Aircraft Division, Lakehurst, NJ (NAWCADLKE) is seeking information from industry regarding interested parties that have the capability to provide T700 Engine Bearing Washer that meets the following requirements: Cleaning Capacity: - Must clean 10 bearing units per day minimum. - Overall dimensions: Not to exceed 48 1/2� L x 68 11/16� W x 69 7/8� H - Stage dimensions: A minimum of 18 5/8� L x 47 7/8� W x 40� H 2. Cleaning Process Specifications: - Cleaning Agent: Use ENVIROSOLV 654CR, applied neat (undiluted). - Immersion Temperature: Maintain between 140�F to 150�F. - Cycle Time: Minimum 20 minutes per cleaning cycle. - Rinsing: Use warm water jet rinse at <15 PSI. 3. System Configuration: - Two-Stage Processor: * Stage 1: Heated immersion in ENVIROSOLV 654CR with agitation, submerged jets, filtration, and closed cover operation. * Stage 2: Glove box stage for final spray rinse with low-pressure pump, spray gun, viewing window, and manual vertical doors. 4. System Features & Components: - The Part Washer Static soak tanks shall be equipped with a moveable supported platform or be equipped with a false bottom or baffle. This prevents contamination of the bearings by the sludge and dirt that accumulated on the bottom of the tank. - The Part Washer tanks shall be constructed of stainless steel or other approved nonreactive material or coating in those areas in contact with the cleaning solutions. - The Part Washer Heating shall be provided when required by the cleaning process. - Oscillating Platform: Pneumatically driven for mechanical cleaning. - Ultrasonic Cleaning (Optional): Immersible transducers with matched generators, pulse and sweep modes, degassing required. - Digital Controls: Temperature controller (such as 24V MaxVu 9900), cycle timer (digital and optional 7-day timer). - Filtration/Turbulation System (Optional): High-volume pumps, closed-loop manifolds, integrated filters. 5. Safety & Compliance: - Chemical Compatibility: All wetted components MUST be compatible with ENVIROSOLV 654CR including components in the rinse tank. - Electrical Requirements: Operates on 230V / 1PH / 60Hz / 30A plug. - Safety Features: Safety guards, low-level liquid indicators, lockable casters, compliance with NFPA and NEC. - PPE: Gloves, eye protection, and other PPE required. 6. Maintenance & Troubleshooting: - Routine inspection and cleaning of tanks, filters, and ultrasonic components. - Maintenance intervals: Daily, Monthly, Quarterly. 7. Optional Add-Ons: - Oil Removal System: Surface sweep header, quiet tank with skimmer, continuous recirculation loop. - Dryer: Adjustable air knife slot, digital temperature controller (max 275�F), oscillating platform for drying. The following information is requested: Provide information about your company/organization including: Brief description of your company/organization; Small/large business, 8A, hub-zone, veteran owned status. Provide commercial pamphlets or any additional information you desire. State how your design would meet the above requirements, especially how it will be compatible with ENVIROSOLV 654CR? It is requested that responses to this RFI be submitted via email prior to the closing of this posting. The Government may or may not elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI however, the Government places tremendous value on the information received and may utilize the information to finalize its acquisition strategy. The Government does not intend to award a contract on the basis of this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0eba858a9d9048d097d6db123c7ca964/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07680330-F 20260109/260107230037 (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 |