SOURCES SOUGHT
49 -- Ultrasonic Cleaning System (UCS) Tank Assembly
- Notice Date
- 12/31/2020 11:55:12 AM
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833521RFI0069
- Response Due
- 1/29/2021 2:00:00 PM
- Archive Date
- 02/01/2021
- Point of Contact
- John Murtagh, David Andreoli
- E-Mail Address
-
john.c.muragh@navy.mil, david.andreoli@navy.mil
(john.c.muragh@navy.mil, david.andreoli@navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY.� THERE IS NO SOLICITATION PACKAGE AVAILABLE.� The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information and seeks to identify potential sources pertaining to the availability of a replacement tank assembly compatible with a Blackstone-NEY AQ-2-1122 Ultrasonic Cleaning System (UCS).� This system is to be used for cleaning parts for oxygen use on U.S. Navy and Marine Corps support equipment.� This tank is to include all heaters, transducers, and generators necessary for operation. The tank shall include both a wash and rinse tank as on the original unit, and must be capable of securing to the left/right panels and base (P/N 96-1006-020) of the existing unit using a series of 14 �-20 UNC fasteners around the tank 1�in from the bottom and spaced 5�in apart and 2�in from the corners, and 12 �-20 UNC fasteners for the front and rear panels. �The tank assembly shall measure 34�x24�x32.25�in (LxWxH) externally. �Two control panels, one for the rinse tank and one for the wash tank, shall be mounted to each tank�s respective side on the outside-front of the tank. Both the left and right sides of the tank shall feature louvers for ventilation, while the base of the tank shall only have louvers on the front.� The tank must electrically interface with the filter pumps found on the current unit (P/N 4570035, Cage Code 21198) via a 250v, 15A receptacle.� The tank lid is to be equipped with gas struts for ease of operation, and shall have 45 degree chamfers on the two front corners. The tank assembly is to include 2 drain-pipes with �� NPT threads, located below and to the side of the rinse and wash tanks on the left and right of the unit respectively.� The Main Tank assembly is to be powered by a single power plug operating at 50A, 250V AC. �The internal wash tank and rinse tank dimensions should be 11in wide x 22 in front-to-back x 20 in deep with a minimum liquid level of 16 in high.� The ultrasonic power of the tank shall be no less than 1000 Watts, designed to operate at a 40kHz nominal frequency.� The tank shall be constructed of 14 gage, 304 stainless steel with 1�in thick synthetic fiberglass insulation. �The heaviest items to be cleaned in the tanks are 50 lbs.� Both the rinse and wash tanks shall be equipped with electrical strip heaters producing a total of 2500 Watts.� Both the rinse and the wash tanks must be capable of heating the wash solution and rinse solution to 140�F, and must be adjustable up to this temperature with a built-in thermometer. �The rinse and wash portions of the tank assembly shall feature separate timers in order to measure the duration of each cycle independently.� The Tank assembly must be tested by the manufacturer to be comply with MIL-STD-882 and STANAG 4370 (Environmental Standardization Agreement). �The tank assembly must be capable of completing a full wash and rinse cycle at 77 � F � 15 �F at 1atm and .9atm, with humidity between 20 and 80 percent.� The tank assembly must be compatible with two cleaning solutions. The cleaning solutions to be used within the wash tank are Brulin 850 GD mixed with water to a 10 % concentration or Navy Oxygen Cleaner (NOC) mixed with water to a 50 % concentration.� Design dimensions and specifications are requested.� This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government.�� Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal.� Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. 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. All interested parties should send company, descriptive literature and Rough Orders of Magnitude (ROM) on any currently available product that meets the Navy�s requirements to John Murtagh by email at john.c.murtagh@navy.mil, no later than 30 days 5:00 EST (with the preference being sooner) after the post date of this RFI.� Please include a point of contact, phone number, e-mail address, website information and CAGE Code.� All questions and comments must be in writing, no telephone calls.� The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/46b5bd0deb6545f09bc99e00e1d8af23/view)
- Record
- SN05883590-F 20210102/201231230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |