SOURCES SOUGHT
12 -- Standalone Clean Agent Industrial Fire Sppression System for Test Chamber
- Notice Date
- 8/9/2011
- Notice Type
- Sources Sought
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0242
- Archive Date
- 9/3/2011
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565, Richard E. Fries, Phone: 9375224527
- E-Mail Address
-
emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing provide a Standalone Clean Agent Industrial Fire Suppression System for WPAFB CRF Test Chamber. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Standalone Clean Agent Industrial Fire Suppression System for WPAFB CRF Test Chamber: • Clean Agent must be either Inergen (IG-541) or FM-200 (HFC-227). • System must be capable of two shots. (primary and secondary) • Assume that space is an unoccupied space during the release of the agent. The test chamber is not manned while undergoing testing and proper training of individuals can be performed on procedures for opening Test Chamber after release of agent (one shot and two shots). • Agent is to be stored in 2nd floor room north of test chamber which is within 30' of the Test Chamber. Room is kept between 60-80 degrees F at all times. • Audible/Visual Alarms will be placed at each entry to the Test Chamber (2). • System must be capable of being an isolated stand-alone system, however: o Have provisions for tie-in to building alarm system. o Have provisions for manual operation only. o Have provisions for manual/auto operation. • Heat/Fire detectors must be suitable for environment. The temperature of the Test Chamber normally rises to as high as 150 deg F during testing. • Manual release levers are to be placed in control room (test observing area) approximately 500 feet away (cable length) for remote activation. • Local lockouts will be placed at each entry to the Test Chamber (2). • Test Chamber is approximately 21,000 cubic feet including cross piping, voids, and displaced volume. It is 20 feet in diameter and 65' in length. • Connections to Test Chamber wall must be made of flexible materials (steel braided hose). • A dedicated 110 VAC circuit will be provided to the releasing panel. • An air Tight Integrity test will be performed if needed. Sealing/Caulking of penetrations into Test Chamber will be performed by WPAFT personnel. • All design/engineering, plans and flow calculations, permits, hardware, wiring, misc warning signs, and labor must be included with the price. • The fire hazard is assumed to be electrical (440 VAC) or flammable liquids (Hydraulic fluid or lube oil). • Project will be installed during normal business hours. • Warranty of equipment should be at least 1year from the time of shipment. • Labor warranty should be at least 90 days. • Class 1 ozone depleting substances (ODS) must not be used in the design, manufacture, delivery, test, operation, or maintenance of the system, item component, or process. • Design and installation is to be in accordance to applicable WPAFB, Ohio, and National Electrical, Building, and Fire Codes. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 333298. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Emmeline.spaulding@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Emmeline Spaulding, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 19 Aug, 2011. Direct all questions concerning this acquisition to Emmeline Spaulding at Emmeline.spaulding@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0242/listing.html)
- Place of Performance
- Address: Area B CRF Test Chamber, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02527781-W 20110811/110810000155-ac8a0ee0412b1ab2493f3a80d4ca0ed4 (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 |