Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
SOURCES SOUGHT

H -- Performance Testing of USMC Environmental Control Units (ECUs) - DRAFT SOW

Notice Date
2/18/2014
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854ECUTESTING
 
Archive Date
3/21/2014
 
Point of Contact
Matthew S. Brown,
 
E-Mail Address
matthew.s.brown2@usmc.mil
(matthew.s.brown2@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Work (SOW) The Marine Corps Systems Command has a requirement for performance testing of military air conditioners and heat pumps, also called "Environmental Control Units" (ECUs). Marine Corps ECUs provide cooling, dehumidification, heating, and ventilation to military enclosures deployed in locations world-wide. This effort consists of test management, setup in the contractor's facility using the contractor's supplies, testing by contractor personnel, return shipping, and reporting. This effort includes Testing includes Environmental Chamber Performance Tests (Cooling Capacity, Heating Capacity, High Temperature, and Coil Frost) and Evaporator Compartment Leakage Testing. Prototype and production USMC ECU's with a cooling capacity range between 7 and 240 kBTU/h may be tested under this contract. The maximum weight of the units to be tested is 4000 lbs. Test units will be of the AHRI Classification types HSP-A, SP-A, or SPY-A, as defined in Table 1 of AHRI 210/240. Test units may use single speed, two-capacity, or variable-speed compressors. Test units may use a single, or variable-speed indoor fan. The contractor shall provide a 60 hertz electric power source for test units which shall be 120 Volts Alternating Current (VAC) single phase, or 208 VAC three-phase. The Government seeks to understand the extent to which potential offerors possess the capability to deliver the requirements stated above. Comments on the applicability of the above listed efforts to this type of project are also sought. Any other value added corporate information that would be pertinent is also desired. The Government seeks to understand industrial capability to manage and execute this type program, to include and Small Business, Small/Disadvantaged Business, Veteran Owned, HUB-Zone, etc. criteria that your corporation may meet. The Government envisions a 3 year firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Potential offerors with the ability to meet the requirements listed are requested to provide information on their solution. No industry day is planned for this effort. It is requested that responses from interested businesses to this announcement be structured and transmitted in the following manner: 1. Business name, business size, address, and point of contact information (name, email and phone number). 2. Comments on notional statement of work (preferably in a matrix format) and level of full or partial compliance with stated requirements. 3. Any special business conditions or capabilities (i.e. small business). 4. Comments on past performance for like or similar items. Interested parties are encouraged to respond to this sources sought by submitting the above information no later than 1700 on 6 March 2014 (EDT). The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such data. No classified material shall be provided or will be accepted. No telephonic responses will be accepted. The submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services, nor for the government to pay for the information received. No solicitation document exists at this time. Responses to this notice shall be appropriately labeled with the notice title and provided via the following means: Compact disc or paper: Marine Corps Systems Command Attention: PdM Expeditionary Power Systems Matthew Brown, CTQ-2.5 2200 Lester Street Quantico, Virginia 22134 E-mail: Matthew.s.brown2@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854ECUTESTING/listing.html)
 
Record
SN03290502-W 20140220/140218234541-5525295ca6cac0db851c2ccd69d6b843 (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.