SOURCES SOUGHT
41 -- RFI for � Ton Modular Refrigeration Unit
- Notice Date
- 5/5/2023 5:56:54 AM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-23-RFPREQ-PD-41-0250
- Response Due
- 6/5/2023 1:30:00 PM
- Point of Contact
- John LaMotta, Phone: 445-227-0077, Gregory F. Kaiser, Jr., Phone: 2158977215
- E-Mail Address
-
john.n.lamotta.civ@us.navy.mil, gregory.f.kaiser2.civ@us.navy.mil
(john.n.lamotta.civ@us.navy.mil, gregory.f.kaiser2.civ@us.navy.mil)
- Description
- RFI for � Ton Modular Refrigeration Unit PSC: 4110 Refrigeration Equipment NAICS: 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing NSWCPD c/411 is looking to solicit a contract in support of the Diminishing Manufacturing Sources and Material Shortages (DMSMS) Program for a refrigeration system to be installed on board DDG 1000 class ships.� The system will need to match, as close as possible, the requirements in the following specification sections (attached): Naval Combatant Design Specification (NCDS) Sect. 516c, pg. 2 lines 9-25 NCDS Sect. 516e, pg. 4 lines 5-13 NCDS Sect. 516e, pg. 5 line 13 � page 6 line 35 DDG 1000 Program Design, Build and Process Specification (DBPS) Sect. 516c, page 1 line 46 � page 2 line 16 � Replacement charge cylinders shall be secured in accordance with drawing 803-5184287 vice section 671 as referenced in section 516c, page 2, line 14. DBPS Sect. 516c, page 7 lines 18-26 Where -10 �F is referenced as a requirement in lines 24 and 26, -1 �F shall apply instead. MIL-R-16473 Sect. 3.5.1 MIL-STD-777 The system will also need to meet additional requirements, as close as possible, beyond the spec such as those listed below: Modular in design, such that there is a minimum total of two (2) independent refrigeration systems supporting the Galley Walk-In Boxes, Chill and Freeze Maximum foot print of 18.5 cubic feet inside the Galley Walk-In Chill Box and Freeze Box, respectively. The Chill Box is approximately 118� long x 47.13� wide x 93� high. The Freeze Box is approximately 87� long x 40� wide x 93� high. Bulkhead penetrations only where permissible. See attached drawing 635-8296184 A minimum of 0.25 Tons refrigeration capacity per Galley Walk-In Box Capable of maintaining full capacity on 2 +/- 1 GPM chilled water supply to the condenser Each Galley Walk-In Box capable of switching between Freeze (-1 �F) and Chill (33 �F) applications Comprised of Commercial Off The Shelf (COTS) components Under this effort, the contractor would be expected to provide a unit that is already qualified and meets the above requirements, or environmentally qualifies a new unit to meet those requirements.� Tests that would be required for qualification are MIL-STD-167-1 Type 1 and MIL-STD-461. Additionally, the required first article tests will be MIL- STD-1474 Grade D , MIL-STD-740-2 Type 3 , Naval Vessel Rules* (NVR) Part 5, Chapter 3, Section 5, paragraph 4.13 , NVR Part 5, Chapter 3, Section 5, paragraph 4.18 , NVR Part 5, Chapter 3, Section 5, paragraph 4.22 , MIL-STD-1399 Section 300 Type 1 , Pressure and Vacuum, Operation and Capacity, and Visual. In the NVR specification, replace �air conditioning unit� with �refrigeration system�. The production schedule is anticipated to be roughly one (1) ship set per year, with one (1) Freeze and one (1) Chill Walk-In Box per ship set, starting in FY25.� In addition to providing production units, a technical data package will be required as well, to include manufacturer level drawings, a technical manual, spare parts lists, the software project, etc. Manufacturer level drawings and a system technical manual will be required upon proposal of a potential refrigeration unit. The contractor should have experience in producing refrigeration equipment for the US Navy that have passed vibration and EMI requirements.� NSWCPD will require the ability for a government representative to be present for certain steps of the build to inspect progress.� Delivery point of the units will be either Philadelphia, PA, Pascagoula, MS, Bath, ME, or San Diego, CA.� This is expected to be a 3 year IDIQ contract where the government maintains flexibility on how many units to procure at a given time; however it would be expected that most orders would be for one (1) shipset at a time.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef257dacdbca45bfa15fc6daad630a74/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06674091-F 20230507/230505230115 (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 |