Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

53 -- Bump Thru Door Airlock

Notice Date
1/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-09-R-0271
 
Response Due
2/5/2010
 
Archive Date
4/6/2010
 
Point of Contact
Nichole Segura, 309-782-0517
 
E-Mail Address
TACOM Contracting Center - Rock Island (TACOM-CC)
(nichole.segura@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
TACOM Rock Island requests information prior to release of any resultant solicitation. There is no solicitation available at this time. This information is subject to change and is not binding upon the Government. Updated information will be provided in a subsequent notice or synopsis, if and when necessary. TACOM-RI is seeking to identify potential sources that have the capability and experience to provide the following item; Bump thru Door Airlock, NSN 5340-01-550-6269, Part Number 5-19-14318-20. The end item is the Collectively Protected Small Shelter System (CPSSS). Bump Thru Door Airlock, Type IV, Tan, Qty: 8 each, consists of modular tabular peaked arch-framed tentage approximately 24 feet long, the width is approximately 6 feet 10 inches and height is approximately 7 feet 6 inches, made up of an assembleable frame assembly, a tan cover, a reflective liner, a subfloor, an interface subfloor, a liner floor interface, a connector arch, 2 end panels (one becket-laced and one zippered), a concrete anchor set, 26 double headed spikes, 12 guy anchors, 12 guy ropes, 3 throw ropes, a spike puller, a hook tool, a non-slip floor patch, a cover patch, and a spare parts kit, and a technical manual. Must be suitable for all types of weather to include snow, rain, hail, wind in desert, arctic, and jungle environments. Must be durable, portable and relatively simple to erect and to disassemble. Must be shown to be capable of extended use in the field to 10 years. Shelf life of the system is to be 20 years. The Flexible Duct has a 12 inch inside diameter, its fabric coated over a corrosion resistant spring steel helix at 7 inch gap spacing which must be capable of withstanding Nuclear Biological Chemical exposures, at each end the duct shall have exterior sleeving to retain a 12 inch hose clamp, shall allow minimal leakage not to exceed 1.1 SCFM at an internal static pressure of 3 IWG, fabric color shall be olive drab FED-STD-595 Color #24087, must be manufactured to function in the operating temperature range of -40 F to 200 F, inside bend radius shall be a maximum of the duct diameter, the weight shall be a maximum of 2.0 pounds per LF, it must withstand 100 minutes when tested by method 204.1.1 of MIL-STD-282 and 200 minutes when tested by method 206.1.1 of MIL-STD-282. The Brass Adapter is designed for one end to thread into a receiving port of a pressure gauge and the opposite end to accept 0.18 inch diameter vinyl hose tubing, the material is brass alloy 360 (UNS C36000) per ASTM B16, the overall length is approximately 1.000 inches, drilled 0.127 inch diameter longitudinally through the center axis, one end has approx 0.375 inches of 1/8 NPT thread on the outside. The inside of this end is overdrilled with #10 (0.1935) to 0.344 inch depth and an outer chamfer of 0.031 x 45 is machined and an inner chamfer of 0.035 x 45 is machined, the other end has 4 (typically 0.100 inches long) graduated (at 5 one to the next) shouldered flared conical segments onto which hose/tubing slides. The flares themselves flare at a 10 taper the last (end) diameter flare dimension is approximately 0.1675 inches, between the two ends is a 7/16 inch hex shape allowing for installation of the fitting with standard box or open ended wrenches, immediately between the hex shape and the last shoulder flare drop is a recessed area of uniform 0.1875 inch diameter approximately 0.07 inches long. The Tee Fitting for 3/16 inch hose has nylon material, its tee-shaped, the overall dimension in the thru-tee direction is approximately 1.698 inches, the overall dimension of the tee in the intersecting leg direction is approximately 1.023 inches, the interior passageway of the tee fitting is approximately 0.125 inches with a constant and uniform on all three directions, the tee ends where the hoses connect are conically flared and shouldered, the diameter of the flare at its widest point and shoulder drop is 0.280 inches, the flares are instrument quality part and there is to be no parting line on the flared conical surface, the fitting is designed to accept 3/16 inch tubing at each of 3 locations. The Gasket material (both part numbers) is approximately 0.375 inches thick and 0.625 inches wide, the material is closed cell EPDM (ethylene propylene diene monomer) medium density sponge with self-adhesive backing on one face, each gasket is hoop shaped. The 5-19-13846-1 part has an inner diameter of 15.06 inches and an outer diameter of 16.31 inches. The 5-19-13846-2 part has an inner diameter of 10.17 inches and an outer diameter of 11.42 inches. A seamless gasket is preferred to minimize infiltration but a gasket with its cut start/stop at 45 degrees is acceptable. The Chlorinated Polyethelene (CPE) Material is approximately 3 inches wide and.055 inches nominal thickness, the length is as necessary for the particular application, the color is optional. The CPE is used as reinforcing and is stitched to Saranex material used to make up the liners and/or adapters, it will be required to work effectively and interchangeably with previously produced source controlled materials during assembly and pressure testing of the end items produced. The Coextruded Flange is approximately 3.5 inches wide and.055 inches nominal thickness, the length is as necessary for the particular application, comprised of two components consisting of Chlorinated Polyethylene and Compound Thermoplastic Elastomer (Hytrel Polyester). For the -10 configured part the Thermoplastic Elastomer is colored purple for identification purposes and for the -20 configured part the Thermoplastic Elastomer is colored yellow. The Thermoplastic Elastomer shall have the following thermal properties: 1. Melt Flow Rate: 5.3g/10min (10%) at 190oC, 2.16kg, per ASTM D123B 2. Melting Point: 148oC (10%) per ASTM D3418 3. Vicat Softening Point: 94-116oC per ISO I 136. The Chlorinated Polyethylene shall have the following thermal properties: 1.Melting Point: 118oC (10%) Per ASTM D3418. The two component materials are chemically bonded to form the coextruded flange during the coextrusion process, and then bonded to Saranex material used to make up the liners. The breaking strength of the seal/bond shall be not less than 20 lbs when tested IAW method 5100.1 of FED-STD-191 a minimum of 50% of the coextruded bond shall remain intact, the peel strength shall be not less than 3.0 lbs when tested IAW method. The coextruded flange will be required to pass both first article testing and conformance testing based on a sample of 5 specimens and will be required to work effectively and interchangeably with previously produced articles during testing for assembly and pressure testing of the end items produced using the coextruded flange. The Protective Floor is 28 ounce vinyl and its dimensions are approximately 6 feet 10 inches wide by 23 feet 10 inches long. The purpose of this notice is to identify and establish initial interest and points of contact from the vendor community. Information may be used to help formulate acquisition strategies, to include socioeconomic program support and to help establish commercial practices available to the Government. Any response to this notice should include the following information: Company name, point of contact, address, telephone and fax numbers, e-mail address, brief description of company any capabilities, experience area, size, history, CAGE Code and/or Tax-ID number, large business or small business category, hub zone, or any other information that you feel would be pertinent. NOTE: No solicitation is issued at this time. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be obligated to purchase all or any part of the items described above. The U.S. Government is providing this information as general information only. The U.S. Government will in no way be bound to this information and responses received if or when any solicitation is issued. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services must be registered in the Central Contractors Register (CCR). You cannot be awarded a contract if you are not registered in the CCR. You may register via the Internet at http://ccr.edi.disa.mil. If you do not have internet access and want to register you may contact the CCR Registration Assistance Center at 1-888-227-2423. If you have any further questions, please call Nichole Segura, (309)782-0517. The purpose of this notice is market research. The Government will not rank submittals or provide any reply to interested firms. Electronic submittals are to be submitted for review by Noon on Feb 05, 2010 to nichole.segura@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fad468e2d4516e8332e75ed6f52bedbc)
 
Place of Performance
Address: TACOM Contracting Center - Rock Island (TACOM-CC) ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN02046770-W 20100123/100121235229-fad468e2d4516e8332e75ed6f52bedbc (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 |
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.