Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2012 FBO #3974
SOURCES SOUGHT

14 -- Pressure Measurement Instrumentation

Notice Date
10/9/2012
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8250-SS-13-PMI
 
Archive Date
2/28/2013
 
Point of Contact
Peter Miller, Phone: 801-777-1971, Mike Manning, Phone: 801-775-5543
 
E-Mail Address
Peter.Miller@hill.af.mil, Mike.Manning@hill.af.mil
(Peter.Miller@hill.af.mil, Mike.Manning@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information USAF Control and Reporting Center - AACE Pressure Measurement Instrumentation The Government is performing market research to determine potential sources of engineering design and manufacture of pressure measurement Instrumentation used to measure hydraulic pressure. The Government's objectives and requirements of the potential source are to 1. The current pressure instrumentation switches have been in use on this weapon system for close to fifty years and are used to measure the hydraulic pressure in the auxiliary power systems. The pressure switch uses a mechanical design which is open from zero pressure to pressure "A", closed form pressure "A" to pressure "B," and then open at pressures above pressure "B". For the first type of pressure switch, the pressure "A" is approximately 2500 PSI and pressure "B" is approximately 3500 PSI and the switch geometric dimensions are approximately 1" in diameter and 2.5" long. For the second type of pressure switch, the pressure "A" is approximately 1000 PSI and pressure "B" is approximately 1500 PSI and the switch geometric dimensions are approximately.75" in diameter and 1.5" long. 2. The original pressure switches used an obsolete technology and are no longer manufactured. We are seeking a form fit and function replacement for the pressure switch with the following requirements. a. Provide Engineering services to design a new pressure switch that would provide the needed switching capabilities and fit inside a case that meets the original drawing dimension requirements. The new switch design can replaces the original mechanical switching mechanism with an electronic switching circuit. b. Build prototypes for developmental testing and perform Pressure, cyclic and vibrational testing on prototypes to verify the prototype design meets specification requirements. c. Using the design that successfully passes the required testing, fabricate 10 of the high pressure and 10 of the low pressure switches. These switches will be used for system level testing that will be performed by the government. d. Government will provide the drawing used to build the original switches along with the requirements for the testing needed to qualify the new design. Hardware to be provided will be two each of the low pressure and two each of the high pressure switches. 3. Must be capable of developing special test equipment (the Government does not possess any sort of test equipment) to perform pressure testing, cyclic testing or vibrational testing and all testing will be performed at the contractors facilities. 4. All Engineering data and hardware manufactured under this effort shall be considered Air Force property and shall have no license encumbrances The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. To be considered as a potential manufacturer/supplier source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to produce/supply these items. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-SS-13-PMI/listing.html)
 
Record
SN02910445-W 20121011/121009233959-2e737250fb36a7cae5392d150eb76726 (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.