Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOURCES SOUGHT

41 -- Landbased/Shipboard Variant Air Conditioner

Notice Date
2/13/2009
 
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:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-09-RFI-0130
 
Response Due
3/17/2009
 
Archive Date
4/1/2009
 
Point of Contact
Lori A Bishop,, Phone: 732-323-4771, Cindy A Scheper,, Phone: 732-323-2408
 
E-Mail Address
lori.bishop@navy.mil, cindy.scheper@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center Lakehurst is requesting information pertaining to the replacement of the existing A/M32C-17 (landbased) and A/M32C-21 (shipboard) Air Conditioners (ACs). For the purposes of this RFI, the new Landbased Variant Air Conditioner will be called the LVAC, and the new Shipboard Variant Air Conditioner will be called the SVAC. The SVAC shall be an electric powered unit and will be required to operate on CV/CVNs and air capable amphibious ships. The LVAC shall be an electric and self powered unit required to operate at shore facilities and remote sites. The Government is requesting information on the availability of units capable of performing the requirements stated herein. The desire is to procure the two variants with common parts, differing only to meet the specific landbased vs shipboard unique requirements. Both ACs are to provide conditioned air at the end of a 35 ft duct at a temperature of 40 deg F, with variable pressure between 0-3.5 psig, and variable air flow between 25 - 100 pounds per minute (ppm). They shall also be capable of providing air at 45 deg F / 25 ppm / 6.6 psig. The units shall be capable of operating as a dehumidifier delivering air at 90 deg F, 30% relative humidity, with an ambient temperature of 105 deg F and 50% relative humidity. The units require a mobile platform, towable at 15 mph, capable of being lifted by forklift and/or sling, have a ground clearance of at least 7.5”, and be transportable by truck, rail and air (C-5, C-17, C-130, CH-53). In addition, the SVAC’s size shall be limited to 100”L x 72” W x 42” H and 4,500 lbs (smaller and lighter preferred). The units shall be capable of operating in temperatures ranging from 0 deg F to 140 deg F (LVAC), and 0 deg F to 125 deg F (SVAC). The units shall operate on electric power input of 440 VAC, 60 Hz, 100 AMP, 3 phase. The units shall meet environmental, EMI and mobility criteria. The SVAC shall also meet vibration (per Mil-Std-167) and shock (per Mil-S-901) requirements. As required for any typical Navy Support Equipment (SE), the units shall be highly reliable, maintainable, and supportable. Please provide commercial pamphlets, operating and maintenance manuals, or any other documentation that would describe units to meet the above requirements. Additionally, it requested that interested sources include estimated price information in their submission for projected unit costs. It is anticipated that if a solicitation is issued it will be for a quantity of up to approximately 167 LVACs and 37 SVACs. It is requested that information be submitted NO LATER THAN 17 March 2009 to Ms. Lori Bishop, Naval Air Warfare Center Aircraft Division, Code 25221B562-3, Highway 547, Lakehurst, NJ 08733-5082, or by electronic mail at: lori.bishop@navy.mil. Ms. Bishop may be reached at (732) 323-4771 or fax (732) 323-2359, or to Ms. Cindy Scheper, by electronic mail at: cindy.scheper@navy.mil, who may be reached at (732) 323-2408 or fax (732) 323-2359. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. Any comments provided may or may not be included in a formal solicitation. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aebd5309bab85eb17d601c149364d977&tab=core&_cview=1)
 
Record
SN01750458-W 20090215/090213215836-aebd5309bab85eb17d601c149364d977 (fbodaily.com)
 
Source
FedBizOpps 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.