SOURCES SOUGHT
59 -- Switch, Flow
- Notice Date
- 12/31/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-09-T-CS03
- Response Due
- 1/15/2009
- Archive Date
- 3/16/2009
- Point of Contact
- TzeLeong Steven Chang, 309-782-3557<br />
- Small Business Set-Aside
- N/A
- Description
- W52H09-09-T-CS03: THIS IS A SOURCES SOUGHT ANNOUNCEMENT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. TACOM-ROCK ISLAND IS SEEKING TO IDENTIFY POTENTIAL SOURCES WHO HAVE THE CAPABILITY AND EXPERIENCE TO PROVIDE THE FOLLOWING SUPPLY ITEM: Switch, Flow; NSN: 5930-01-01-290-0692; Part: 5-45-5169; The Switch, Flow shall be capable of allowing free, unrestricted fluid passage of no less than 25 GPM at 20 PSI. The Switch, Flow shall be capable of handling pressures of up to 300 PSI at 100F. The switch shall be of the reed type, single pole, double throw 20VA. The switch shall be adjustable with a common screw driver from 1.5 to 7.0 GPM. This switch shall be purchased from IMO Delaval, INC (Gems Sensors Division), part number 115965 unless otherwise approved by the government. The outlet and inlet threads shall be 1.00 NPT female. The wire leads shall be 18 AWG and 30 in length. The Switch, Flow shall be no wider than 1.78 and no longer than 3.25. From the centerline of the inlet/outlet ports to the rear of the switch shall be no longer than 3.00. The Switch, Flow shall be constructed so the interior is not affected by Ethylene Glycol (full strength) and Sulfamic Acid (diluted with water to 16% by weight). The exterior shall be resistant to environmental effects as well as alkaline fluids and chemicals. The Switch, Flow must be purchased from approved sources of supply. Alternate configurations may be submitted to the government for consideration. Alternate configurations must pass specified government qualification testing. Alternate configurations that successfully complete qualification testing will be eligible to be listed as approved sources of supply on the government drawing. The end item shall be packaged in accordance with P5-45-5169, unless otherwise instructed and approved by the government. General Supplier Information: Business Name: _______________________________________________ Address: _____________________________________________________ Phone: _______________________________________________________ FAX: _________________________________________________________ Point of Contact: ____________________________________________ E-Mail Address: ______________________________________________ CAGE: _________________ DUNs Number: _______________________ Business Type (check all that apply): 8(a)____ Disabled Veteran____ HUB Zone____ Large Business____ Minority Owned____ Small Business____ Small-disadvantaged____ Woman Owned____ Unit Price for a quantity of 1,244 each? _____________________________ What is the production lead-time required after receipt of an order (days)? ______________________________________________________________ What would be the most economical production rate for this item? (please include unit price) Quantity: _____________________ Unit Price: ________________________ What is the maximum production capability per month? (on a __ shift, __ hour, __ day schedule)? ______________________________________________________________ ______________________________________________________________ What is the current monthly production rate for this item? ______________________________________________________________ Is there a commercial warranty period, and what items are covered? ______________________________________________________________ Description of Quality Control System: ISO9001:2000 compliant? Yes___, No___ This sources sought notice is issued solely for informational and market research purposes and does not constitute a solicitation or the issuance thereof. All information received in response to this sources sought that is marked proprietary will be handled accordingly. Responses to this notice will not be returned. Contractors are solely responsible for all expenses associated with responding to this notice. Point of Contact for this notice is Steven Chang, AMSTA-LC-SBK-D, tzeleong.steven.chang@us.army.mil, 309-782-3557. Please respond by email only. Contracting Office Address: TACOM - Rock Island ATTN: AMSTA-LC-SBK-D 1 Rock Island Arsenal Rock Island, IL 61299-7630 Point of Contact: Steven Chang tzeleong.steven.chang@us.army.mil 309-782-0449
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6025c5c20e36cdf00774f6a5ccc46d88&tab=core&_cview=1)
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
- Zip Code: 61299-7630<br />
- Zip Code: 61299-7630<br />
- Record
- SN01725916-W 20090102/081231214302-6025c5c20e36cdf00774f6a5ccc46d88 (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 |