Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2004 FBO #1059
SOLICITATION NOTICE

87 -- AIRFILTER INLET PROTOTYPES

Notice Date
10/18/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
22448-5100
 
Solicitation Number
N0017805Q3000
 
Response Due
10/29/2004
 
Archive Date
1/31/2005
 
Point of Contact
XDS13-6 (540) 653-7765 XDS13-6
 
Description
This synopsis, and applicable amendments, is posted to both the Federal Business Opportunities (FBO) page located at HTTP://www.eps.gov and the Navy Electronic Commerce On-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. Hard copies will not be provided. Vendors should regularly access the specified websites to ensure they have downloaded any and all amendments. In accord with FAR 6.302-1, the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to solicit the University of Minnesota located at 200 Oak Street SE Suite 450 Minneapolis MN, on a sole source basis, for delivery of (1) a conceptual design review presenting multiple design options within 60 days of award of order, and (2) quantity 2-each air filter inlet prototypes for a marine environment and a full engineering drawing package with parts list for same within 120 days of award of order. All deliveries made FOB-Destination to NSWCDD. The conceptual design review will show (a) aerosol transport calculations, (b) fluid dynamic models, and (c) mechanical design for each design option presented. The minimum salient characteristics of the filter inlet prototype for marine environments are: (a) The inlet will function in wind conditions up to 30 mph at a 50 percent collection efficiency, (b) Particles 10 micron and above will be removed from airstream prior to filter collection, (c) Collection will be optimized for particles in the 1-5 micron range, (d) The flow rate will be in the 600-1000 liters/minute range, (e) The inlet will contain filter holder that can house two 47 mm filters, (f) The inlet shall be capable of keeping water from entering inlet under rainy conditions, (g) The inlet shall be constructed out of material that is corrosion resistant in a saltwater environment for a minimum of 6 months without a degradation of function, (h) The inlet will be rugged and simple to use by transient military pe! rsonnel with nominal training, (i) The inlet will be simple and inexpensive to fabricate, and (j) The inlet will interface with national pipe thread connections. The Government will consider statements, from all responsible sources, which evidence capability to design and fabricate the required prototype inlet. Capabilities statements shall evidence state-of-the-art aerosol-generation equipment, particle measurement equipment, low-speed wind tunnels, and filter characterization equipment are available and committed for this specific prototype requirement. Capability statements shall also include qualifications that demonstrate success in designing this type of inlet for benchmark entities such as the Environmental Protection Agency and evidence of ownership to patents granted for inventions of very similar items from persons committed to designing and fabricating this specific prototype requirement. Evidence and references to validate statements shall be submitted via email to XDS13@nswc.navy.mil: please reference synopsis number N00178-05-Q-3000 when responding. Capability statements that do not evidence ability to deliver prot! otypes with the required minimum salient characteristics within the required delivery schedule will not be considered. Responsible sources must submit capability statements within 7 days of synopsis publication. Closing date is 29 October 2004 at 2:00 pm EST. Award is subject to Simplified Acquisition Procedures pursuant to FAR Part 13. Successful offeror will complete and submit “Representations and Certifications – Other than Commercial Items” at FAR 52.213-4, DFAR representations and certifications appropriate to Simplified Acquisition Procedures, and be registered in the Central Contractor Registration database. Estimated award date is 15 November 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-OCT-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017805Q3000/listing.html)
 
Record
SN00695376-F 20041020/041018211606 (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.