Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2022 SAM #7426
SOURCES SOUGHT

43 -- SOURCES SOUGHT FOR AMERICAN COMPRESSOR COMPANY UNIVERSAL HIGHPACK HIGH PRESSURE AIR COMPRESSOR FOR NAVFAC HAWAII PROJECTS AT JOINT BASE PEARL HARBOR-HICKAM, HAWAII

Notice Date
3/29/2022 5:18:52 PM
 
Notice Type
Sources Sought
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N62478ACQ33FY2206
 
Response Due
4/13/2022 3:00:00 PM
 
Point of Contact
Alice Mende, Jacie Fukada
 
E-Mail Address
Alice.S.Mende.civ@us.navy.mil, Jacie.S.Fukada.civ@us.navy.mil
(Alice.S.Mende.civ@us.navy.mil, Jacie.S.Fukada.civ@us.navy.mil)
 
Description
The Government intends to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. �The Naval Facilities Engineering Systems Command, Hawaii is conducting market research to determine if other potential products/sources can provide a Universal Highpack High Pressure Air Compressor (HPAC) that has the same requirements/ specifications as the HPAC Model 55H75 manufactured by American Compressor Company, 10144 Freeman Avenue, Santa Fe Springs, CA 90670. �The alternate product/source must meet the following requirements/specifications: HPAC High pressure, five stage, five cylinder, direct air cooled, oil lubricated, reciprocating compressor with crankshaft driven oil pump, low oil pressure switch, oil pressure gauge, full flow oil filter, inlet filter, intercoolers and aftercooler, separators, safety valves, gauges and drain valves. Provide minimum 85 CFM at 5,000 PSI at -65 degrees F dewpoint without refrigerated air dryers with ambient air conditions at installation location on shore at Joint Base Pearl Harbor-Hickam. �Air must meet requirements of CGA 7.1 Grade E. NEMA Premium Efficiency 460-volt, 3-phase 60Hz TEFC motor. V-belt drive enclosed by OSHA compliant belt guard. Factory packaged unit with integral condensate collection and safety control systems. Intercoolers after each of the first four stages and aftercooler following last stage. �Coolers complete with moisture separator, safety relief valve, pressure and temperature indicators, and automatic drain valve. �Crankshaft driven fan for cooling air for all coolers. Time controlled pneumatically operated automatic condensate drain valves for each cooler.� Condensate collection system complete with EPA required 15-gal hazardous material collection tank and manual drain valve. All equipment mounted and interconnected on a structural steel skid with enclosure. UL-listed NEMA 4 control panel with main disconnect circuit breaker, motor starter, and programmable logic controller. �Includes pushbuttons for start, stop, lamp test, annunciator reset and hard-wired emergency stop. Purification system consisting of dehydration/purification rack, priority valve, upstream and downstram pressure gauges and drain. �One mechanical separator, two coalescing filters, and purification rack with six molecular sieve cartridges to remove oil and water. �Includes carbon monoxide and moisture monitors with automatic shutdowns and indicating lamps. 84 dBA maximum sound level one meter from compressor unit. One year or 2,000 operational hour warranty covering materials and workmanship. This notice does not constitute a request for proposal, request for quotation, or invitation for bid.� The intent of this notice is to identify potential offerors for market research purposes only.� This notice does not commit the Government to issue any type of solicitation or award an ultimate contract.� This notice does not restrict the Government from a particular acquisition approach. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. �Technical response shall be typed, at least 11 point Times New Roman or larger and shall not exceed 2 pages single- sided 8.5 by 11 inch pages and submitted in Adobe PDF format. �Also, provide company information and point of contact (name, title, email, phone, mailing address). The Government does not reimburse any responder for any costs for information submitted in response to this sources sought notice. � Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. �All proprietary or classified information will be treated appropriately. �The Government reserves the right to disregard any submittal that is incomplete or vague. �Do not submit your company brochure. Interested parties shall submit information and specifications via email to Ms. Alice Mende, Contract Specialist at Alice.S.Mende.civ@us.navy.mil and Ms. Jacie Fukada, Contract Specialist at Jacie.S.Fukada.civ@us.navy.mil.� Interested parties responding to this announcement by Wednesday, April 13, 2022 at 12:00 p.m. Hawaii Standard Time will be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec96d3a7c9e94bdda75ed77176913e45/view)
 
Place of Performance
Address: JBPHH, HI 96860-3139, USA
Zip Code: 96860-3139
Country: USA
 
Record
SN06283186-F 20220331/220329230107 (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 |
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.