SOURCES SOUGHT
46 -- Non-Destructive Testing (NDT) Penetrant Wastewater Treatment System
- Notice Date
- 11/17/2022 12:39:30 PM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03823IK0000001
- Response Due
- 12/5/2022 1:30:00 PM
- Archive Date
- 01/30/2023
- Point of Contact
- Geneva James
- E-Mail Address
-
geneva.k.james@uscg.mil
(geneva.k.james@uscg.mil)
- Description
- Purpose The United States Coast Guard (USCG), Aviation Logistics Center (ALC) is issuing this request for information (RFI) to conduct market research and identify sources capable of providing a Non-Destructive Testing (NDT) Penetrant Wastewater Treatment System that meets the specification outlined below under �System Requirements�. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 333310. The small business size standard for this NAICS is 1,000 employees. Disclaimer There is no solicitation at this time. This sources sought/RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned.� System Requirements The NDT Penetrant Wastewater Treatment System must meet the following requirements: Fit into an area measuring approximately 9 feet by 8 feet with a height clearance of 8.3 feet Capable of processing/filtering/cleaning up to forty (40) gallons of wastewater in an 8-hour day Able to operate without monitoring/supervision Effectively filter and clean NDT Fluorescent Penetrant Inspection (FPI) rinse water containing Zyglo� Penetrant ZL-27A, Zyglo� Penetrant ZL-37, and ZE-4E Lipophilic Emulsifier Able to treat levels of at least 1,800-2000 parts per million (ppm) hydrocarbon down to less than or equal to 100 ppm hydrocarbons in order to meet discharge requirements for the local sanitary sewer Completely remove all solids, dyes, and residual colors Include spill containment for the capacity of any holding tank Responses If your organization is able to provide a solution meeting all of the System Requirements noted above, please respond to the following questions. Responses to this notice should include company name, address, website, point of contact (POC) name, email, and telephone number, socioeconomic status, and your Unique Entity Identifier (UEI) as assigned in www.sam.gov. � Describe your product�s specifications and how it is able to meet the required specifications. � Describe what changes you would need to make in your product to meet our desired needs. � �Please indicate an estimate of how long of a lead time would your company need to facilitate the development of your submission to meet our needs. � �What NAICS code does your company use for this type of product? � �Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. � �Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers? � �If possible, any POC's for civilian users for general usage of product questions. � �If your equipment cannot fit in the space requirements provided, what are the dimensions? � �If your equipment cannot process forty (40) gallons per 8-hour day, how many gallons can it process? � �What is the maintenance cycle of your equipment? � �How many gallons are processed before maintenance is required/filter replacement? � �What is the approximate annual operation cost of your equipment? � �Can water be pre-treated before entering the system with sodium hypochlorite (bleach)? If so, how much? � �Does the purchase of your product include free installation? If not, what would be the estimated cost for installation in Elizabeth City, NC? � �Do you provide free training with purchase of your equipment? If not, what would be the estimated cost to provide on-site training as part of installation? � How long is your warranty period? Interested parties are invited to submit a response to the above questions by 4:30 p.m. Eastern Standard Time (EST) on Monday, 5 December 2022. E-mail responses are preferred and may be sent to Geneva.K.James@uscg.mil. Please indicate 70Z03823IK0000001 in the subject line. After reviewing responses to this notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities section of www.sam.gov or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. Responses to this notice are not an adequate response to any future solicitation announcement.� All interested offerors will have to respond to the solicitation in addition to responding to this RFI. While every effort will be made to notify respondents of this solicitation, it is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement, as determined appropriate, for this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f933be908b78434b9fa771620e0a51b6/view)
- Record
- SN06521559-F 20221119/221117230111 (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 |