Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2015 FBO #5102
SOURCES SOUGHT

41 -- Ceramic Cooling Tower Gear Boxes - Package #1

Notice Date
11/10/2015
 
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 Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B354
 
Archive Date
12/8/2015
 
Point of Contact
James J. Honeycutt, Phone: 3214949950, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
james.honeycutt.11@us.af.mil, cheryl.witt@us.af.mil
(james.honeycutt.11@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Fan Blade Drawings Gear Box Drawings SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B354 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 333415. The size standard for NAICS is 750 employees. The requirement is to provide two (2) F-85 Amarillo gear boxes or equivalents and two (2) Hudson Tuflite II Fans 3000H Series Hub or equivalents to a Cooling Tower model CT-1326. Salient Characteristics: Two (2) Direct replacement Mechanical Equipment assemblies solely for Ceramic Cooling Tower Model: CT-1326. Includes: - Heavy gauge steel hot dipped galvanized after fabrication - Factory mounted and laser aligned mechanical equipment to include: cooling tower duty right angle gearbox series A-85 or equivalent with manufactured with input rounds per minute (rpm) 1160 to 1750 gear ratio range of 2.56 through 7.0 pending down thrust capacity. - The ratio indicative to set gear box engineered to deliver cooling tower high temperature of 98 degrees, cool temperature of 88 and wet-bulb temperature of 81 degree's. Also, includes synthetic oil and low oil level switch, mechanical vibration switch, Omega coupling, 15HP 460/3 Premium TEFC inverter duty motor with 100% cast iron casing, frame, electrical cover and fan cover, HDG fan hub, 100% 304 stainless mounting hardware. - Hudson fan and hub or equivalent are all integral to the plus/minus 0.2 degree pitched angle for gear box engineered on model CT-1326 to deliver Cooling tower high temperature of 98 degrees, cool temperature of 88 and wet-bulb temperature of 81 degree's. - FRP fan blades to ship loose for field installation by others - Deliver the factory mounted gear box, laser aligned and epoxy coated on 100% 304 stainless steel hardware. Packaged gear box assembled with 15 horse powered motor, Premium Total Enclosed Cooling, and dipped galvanized. - Motor, gearbox and fan hub will be include secondary protective epoxy coating - All hardware needed to mount assembly to the concrete support structure shall be 304 stainless steel and shall be included What is the purpose of the item(s): The purpose of these items are to support the cooling tower model CT-1326 for a facility. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision." 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. 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 be individually 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), WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B354, 1201 Edward H. White II Street, Bldg. 423, Room N202, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 12:00 p.m. 23 November 2015. Attachments: 1. Gear Box Drawings 2. Fan Blade Drawings
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B354/listing.html)
 
Place of Performance
Address: 1201 Edward H White II St, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03943308-W 20151112/151110234905-3c615b5305277c6f537f245337699011 (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.