Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOURCES SOUGHT

41 -- Environmental Control Unit

Notice Date
4/20/2004
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-04-RFI-0094
 
Response Due
5/19/2004
 
Archive Date
6/3/2004
 
Point of Contact
Mary Novak, Contract Specialist, Phone 732-323-7436, Fax 732-323-2359, - John Murtagh, Contracting Officer, Phone 732-323-2901, Fax 732-323-4822,
 
E-Mail Address
mary.novak@navy.mil, john.murtagh@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
N68335-04-RFI-0094 The Naval Air Warfare Center Aircraft Division Lakehurst is seeking information from industry that will assist in the development of a procurement strategy to procure Environmental Control Units (ECU?s) to be installed in Mobile Facilities. The Mobile Facility is a mobile habitable shelter that is 8 feet wide by twenty feet long by 8 feet high. The ECU is a heat pump that provides heating or cooling to maintain the Mobile Facility at a suitable temperature for the inhabitants and the equipment installed in the shelter. Operationally Mobile facilities (MF?s) are setup in a complex in an austere expeditionary environment. The ECU will take standard 60hz utility power from either a plant grid or Mobile Electric Power Plant (MEP), a diesel engine driven generator set. The ECU will provide 36,000 BTU/HR of cooling, and 77,000 BTU/HR of heating. We intend to procure two (2) First Article Test (FAT) unit for functional testing by the contractor and government. Delivery is required within 90 Days After Contract (DAC). The evaluation will last for a period of 60 days. Upon successful completion of functional testing we intend to exercise an option for the first production year, and place orders. Another four option years will be available to place orders beyond that, with an estimated maximum order quantity of 800 each. Delivery shall be 120 After Receipt of Order (ARO). The ECU shall meet the following requirements. The ECU shall accept the following input power 208 Volts AC, 3 Phase, 3 Wire with ground at 50 and 60hz. A total of 75 Amps is available through two connections, one 30 Amp and one 45 Amp connection. The ECU operating as an air conditioner shall produce a minimum of 36,000 BTU/HR of cooling at 120 F. The ECU operating as a heat pump shall produce a minimum of 36,000 BTU/HR of heating at 45 F. The ECU shall provide an additional 41,000 BTU/HR of supplementary heating beyond the capacity of the heat pump. The ECU shall have the capability to provide conditioned fresh air (outside air) to the supply air stream without loss of heating or cooling performance. The supply fan of the ECU shall have the capability of operating in ventilation mode, which shall be independent of the cooling or heating cycle, and shall give the ability to select either fresh and/or recirculated air in this mode of operation. The ECU shall have features to protect the unit/system from damage due to over/under voltage, over/under current, over/under pressure, over temperature. The ECU shall use a low pressure, unblended, non-ozone depleting working fluid. The maximum pressure of the working fluid during any phase of ECU operation shall not exceed 400 PSIG. The ECU shall be Energy efficient. The ECU shall be installed into a Mobile Facility (MF). The ECU shall be subjected to the stresses of transportation by ship, truck, and internal airlift. The ECU shall also be operated aboard ship, or in an expeditionary environment. The ECU shall be able to function safely, and reliably after being subject to altitude, temperature, shock, vibration, humidity, and salt fog associated with the forms of transport listed above. The ECU shall operate safely, and reliably when subjected in the shipboard and expeditionary environment. The electromagnetic interference emitted by the ECU shall not degrade other equipment operating nearby. The ECU shall not be susceptible to the electromagnetic interference of nearby equipment. The Contractor shall provide an Integrated Logistics Support (ILS) strategy to maintain the ECU based on its operating environment. It is anticipated that this model will be in service in the fleet, and be procured as needed over a twenty-year lifespan; therefore the supporting technical documentation is a critical part of this project. The ECU will be operated in an expeditionary environment. It will be operated at the Intermediate level (I-level) and will be subject to the environmental conditions identified above. The ECU can be maintained and calibrated at the I-level maintenance activities. The I-level can fault locate, remove and replace faulty assemblies and sub-assemblies and calibrate. Depot level (D-level) maintenance will include all repairs beyond the capability of the I-level. The Contractor shall deliver a data package suitable to procure this unit in the future without resorting to additional product design effort, additional design and/or manufacturing data or recourse to reverse engineering. The Contractor shall deliver a Maintenance Plan and Spare Parts List based on the Integrated Logistics Strategy. The Maintenance Plan shall identify anticipated scheduled and unscheduled maintenance actions for the various components, and subassemblies of the ECU, and the level at which the maintenance actions will be performed, Intermediate or Depot. Spares support may be procured as a part of this contract. Under this line item the contractor shall be responsible to either maintain stock, or establish agreements with other suppliers, to provide spares as required be delivered to the fleet within 96 hours. This agreement is for a level of service with a defined turnaround time, not a specific quantity of parts. The contractor shall submit as part of their quote a year-by-year quote for this option, as a firm fixed price. The government may exercise this option, for spare parts support; on a yearly basis for a period of ten years. The contractor shall determine if calibration procedures are required. If calibration procedures are required they shall be developed consistent with the ILS strategy. The Contractor shall deliver a technical manual consistent with the ILS strategy and provide appropriate maintenance instructions with illustrated parts breakdown (IPB) and identify the disposition of parts. The contractor shall identify training requirements for operation and maintenance, and develop training materials consistent with the ILS strategy. We desire that the ECU should weigh no more than 500 lbs, have controls that are easy to access and use, should achieve a low total cost of ownership, consisting of procurement costs and life cycle costs, have a demonstrated record of reliability, be easily maintained, and be corrosion resistant. We strongly recommend quick disconnect fitting to facilitate servicing and replacement of major components, access panels to facilitate servicing and replacement of major components, liquid charge capability, digital thermostat, and extended warranty covering parts, and depot level service. Information such as catalogs, sketches, is invited. This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to this RFI will not be returned. In accordance with FAR 15.202 (e), responses to this notice are not an offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Following is the point of contact for this RFI:Ms. Mary Novak, Naval Air Warfare Center, Aircraft Division, Hwy 547, Bldg 562-1 code 25221, Lakehurst, NJ 08733, 732-323-7436, mary.novak@navy.mil
 
Place of Performance
Address: N/a
 
Record
SN00569521-W 20040422/040420212237 (fbodaily.com)
 
Source
FedBizOpps.gov 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.