SOURCES SOUGHT
41 -- Request for Information to Provide a Central Refrigerant Reclamation, Recycling and Recharge System at Tobyhanna Army Depot, Tobyhanna, PA
- Notice Date
- 7/16/2014
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- TYADRFI07282014
- Response Due
- 7/28/2014
- Archive Date
- 9/14/2014
- Point of Contact
- David Kern, 570-615-8733
- E-Mail Address
-
ACC-APG - Tobyhanna
(david.k.kern2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Background and Basic Requirements This Request for Information (RFI) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience for the turnkey design, supply, delivery, assembly, installation and training of a Central Refrigerant Reclamation, Recycling and Recharge System at Tobyhanna Army Depot, Tobyhanna, PA 18466. This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. SPECIFIC REQUIREMENTS The Government is looking for contractors capable of satisfying this requirement at the prime contractor level. Companies interested in responding to this RFI must complete the below Contractor Capability Survey which allows the respondent to provide their company's capability. The Contractor must be able to provide a central refrigerant reclamation, recycle and recharge system. Please describe equipment capable of providing the following: The system shall be designed and constructed to process R-22 refrigerant and permit adaptability to fully process other refrigerants including, but not limited to: R-407, R-134a, R-410a, and R-123. The system shall remove impurities such as moisture, oils and non-condensable gases and reach a purification level provided in ARI Specification 700-93. The system shall transfer product to a storage tank and pumping system that shall monitor product level. The system shall incorporate the capability to charge refrigerant equipment using the stored reclaimed product. The system shall be designed and installed to permit full relocation to another area or building. The system shall include all piping and associated hardware needed so that operators can conduct the reclaim and charge functions from work stations up to one hundred (100) feet away. Respondents are asked to provide standard commercial warranties for equipment provided. REQUESTED RESPONSES Responses should be no more than 15 pages (8.5 x 11 inches). Each page will be counted against the limit except the following: cover pages, table of contents, tabs, or glossaries. In addition, identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Send questions or concerns regarding this RFI through e-mail to: Mr. Ronald Kolment, (Mechanical Engineer) ronald.j.kolment.civ@mail.mil Complete written responses to this RFI are to be submitted to the above referenced e-mail address, no later than 3:00 PM EDT on Monday, July 28, 2014. Responses should include the name, telephone number, and e-mail address of a point of contact having authority and knowledge to discuss responses with TYAD. Part I Business Information: Provide the following Business Information for your company: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page Address: Registered in System for Award Management (SAM) (Yes \No) Specify whether your company is a U.S. or foreign-owned firm Primary North American Industry Classification System (NAICS Code: Based on above Primary NAICS code, state whether your company is small business and provide additional information regarding the type of small business (women-owned, small disadvantaged business, HUBZone, etc.) Identify if your company is qualified as an 8(a) candidate. Part II Capability Survey Questions General Capability Questions: 1) What is your experience in providing the capability to accomplish the objectives/requirements listed above? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers). 2) Please provide an estimated time line for completion schedule (in months) to accomplish the objectives/requirements listed above. 3) Discuss any documents or data you will require to complete the objectives listed above and briefly explain their purpose. 4) What are the top five risks you see in accomplishing this effort? 5) Identify the types of documentation and data rights that are available to the Government for this effort. 6) Provide a Rough Order of Magnitude (ROM) cost for completing the objectives/requirements. 7) Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97e1cb27b95c56cc1ecd59d221a335c6)
- Place of Performance
- Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN03427897-W 20140718/140716235652-97e1cb27b95c56cc1ecd59d221a335c6 (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 |