SOURCES SOUGHT
43 -- Mobile/Portable Air Compressors, Tennessee River
- Notice Date
- 5/19/2015
- Notice Type
- Sources Sought
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-15-T-RFI2
- Response Due
- 5/26/2015
- Archive Date
- 7/18/2015
- Point of Contact
- Jessica Baker, 6157365640
- E-Mail Address
-
USACE District, Nashville
(jessica.l.baker@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR A REQUEST FOR PROPOSAL (RFP). THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THIS ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers, Nashville District is conducting this Sources Sought in support of Market Research to find out if there are small businesses capable of manufacturing a Mobile/Portable Air Compressor. If this becomes a small business set-aside a small business will be required to supply a small businesses manufactured product. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION IS CURRENTLY AVAILABLE. SCOPE: This Market Research/Sources Sought Notice is for information purposes only. It is being used to determine if a small business is capable of manufacturing an equivalent duplex basket strainer. The items being acquired are (2) Mobile 750 acfm Rotary Screw Air Compressors. If this becomes a small business set-aside, a small business will need to quote a small businesses manufactured item due to the non-manufacturing rule. NON-MANUFACTURER RULE: In accordance with FAR 19.502-2(c), quote mark For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the non-manufacturer rule (see 19.102(f)). quote mark The NAICS code for this requirement is 333912, in which the SBA has not granted either a waiver or an exception to the non-manufacturer rule; therefore the non-manufacturer rule applies to this procurement. GENERAL INFORMATION: The proposed project will be a Firm Fixed Price contract. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 333912, Air and Gas Compressor Manufacturing. Small Business Size Standard in number of employees for this acquisition is 500. Interested parties must be registered in the System For Award Management (SAM), www.sam.gov. DRAFT SPECIFICATIONS Contractor shall provide all materials, labor, supervision, and quality control necessary to provide (2) Two 750 cfm Mobile Air Compressors for Wilson Lock and Chickamauga Lock. 2. SPECIFICATIONS FOR MOBILE AIR COMPRESSORS (2) Mobile 750 acfm Rotary Screw Air Compressors, One delivered to Chickamauga Lock, One delivered to Wilson Lock 300 HP Diesel Powered, 1800 RPM Rated Speed or approved equal Enclosed 750 acfm at 125 psig in accordance with ISO 1217, Annex E Heavy duty highway towable tandem axle to include electric brakes, mechanical parking brake, safety chains, and tail lights Smart LCD graphic display on the controller indicating: Discharge pressure and temperature, ambient air temperature, separator restriction, aftercooler air temperature, engine speed, hours of operation, voltage, engine coolant temperature and level, fuel level and usage rate, fuel pressure and temperature, engine oil pressure, diagnostic message screen, and compressor and engine status. Back lit switches and gauges for night use E-stop, and auto and remote start capability Indicator lights for: low fuel, high compressor temperature, compressor shutdown and warning, and engine shutdown and warning. Two-stage dry-type filters to draw cool ambient air Remote bulkhead drain valves for all fluids Quick connect fuel couplings Drains at each corner of frame for washout Four-point lifting system Integral fork pockets Hydraulic cooling control Strobe light and sire for visual and audible alerts AWF compressor fluid Must meet latest Interim Tier 4 and Stage 3B emissions legislation requirements 3. INSPECTION All air compressors shall be factory tested to ensure that they are free from electrical and mechanical defects. Documentation showing test results shall be supplied to the Government by the Contractor before delivery of air compressors. 4. TYPE OF EQUIPMENT AND QUALITY The air compressors shall be of the type normally furnished for heavy duty applications and service. All air compressors shall be the products of a manufacturer that specializes in the production of this type of equipment as evidenced by the existence of previously published catalog data. All equipment shall be new and unused. Defective equipment shall be replaced or repaired as approved. 5. OPERATION AND MAINTENANCE DATA Contractor shall provide two (2) copies of the O&M data for each air compressor that include manufacture's help and product line documentation necessary to maintain, inspect, and install equipment. Manufacturer's instructions shall be submitted for the air compressors including special provisions required to install equipment components and system packages. Special notices shall detail impedances, hazards and safety precautions. 6. WARRANTY All components shall adhere to the industry commercial standards and warranties. 7. SHIPMENT 7.1 PACKAGING & PROTECTION The equipment shall be packed in a manner acceptable to preserve the condition of the equipment as it left the Contractor's facility. Mobile compressors shall be shipped so that Compressors can be pulled off of a semi trailer by a ton truck. Miscellaneous packages must be packaged on a forklift loadable pallet for ease of transportation on the project. The packaging shall clearly identify the contents and weight of the package. Loose items such as bolts and screws shall be packaged together in a single package. All transportation, delivery, and storage costs shall be included in the quote. Equipment shall be shipped as completely assembled and wired as feasible so as to require a minimum of installation work. Equipment shall be adequately protected from damage during shipping and handling. All damage shall be repaired or replaced by the Contractor with no additional cost to the Government. 8.2 POINT OF DELIVERY Contractor shall contact the Facility Manager's and/or Maintenance Engineer one week prior to the delivery date. Delivery will be made from Monday thru Thursday, 0700 - 1700 except Federal Holidays. Chickamauga Lock, POC Cory Richardson 5400 Lake Resort Drive Chattanooga, TN 37415 Wilson Lock, POC Gerald Choat 704 S Wilson Dam Road Florence, AL 35630 QUESTIONS 1. Are you a small business manufacturer of a Mobile/Portable Air Compressor? Do you know a small business that manufacturers an Mobile/Portable Air Compressor? If so, what is their company name? 2. If able to, would you submit a quote for the proposed effort? RESPONSES: Receipt of responses shall be no later than 12 Noon CST on May 26, 2015. Responses to this sources sought may be faxed to the attention of Jessica Baker at (615) 736-7124 or send via email to Jessica.L.Baker@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-T-RFI2/listing.html)
- Place of Performance
- Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Zip Code: 37202-1070
- Record
- SN03735606-W 20150521/150519234923-2715ae51f207b0cd7da21feddf8c25bf (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 |