SOLICITATION NOTICE
43 -- Portable Air Compressor and Dryer System
- Notice Date
- 8/19/2016
- Notice Type
- Presolicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-16-RFI-0342
- Archive Date
- 10/1/2016
- Point of Contact
- Dorri Petterson, Phone: 732-323-1983, Alan McCarty, Phone: 732-323-2869
- E-Mail Address
-
dorri.petterson@navy.mil, alan.mccarty@navy.mil
(dorri.petterson@navy.mil, alan.mccarty@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) PORTABLE AIR COMPRESSOR AND DRYER SYSTEM THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the availability of two Commercial-Off-The-Shelf (COTS) portable air compressor and dryer systems. Both systems shall be used to supply compressed air at a minimum pressure of 80 Pounds per Square Inch (PSI) and shall not exceed 150 PSI. Type I system shall supply compressed air at a minimum flow rate of 120 Standard Cubic Feet per Minute (SCFM). Type II system shall supply compressed air at a minimum flow rate of 300 SCFM. Both systems shall maintain an output air temperature below 120°F. The desired portable air compressor and dryer systems will have at a minimum the following salient characteristics: A. Supply compressed air through a 1 inch male NPT fitting B. Supply compressed air at a minimum pressure of 80 PSI and shall not exceed 150 PSI C. Type I system shall supply compressed air at a minimum flow rate of 120 SCFM D. Type II system shall supply compressed air at a minimum flow rate of 300 SCFM E. Equipped with an oil/water separator to clean compressed air F. Operate at an ambient temperature range between 40°F and 120°F G. Maintain output air temperature below 120°F H. Mobility shall be forkliftable with optional trailer mount or wheeled configuration I. Power options shall be either: • Electrical 440/460 VAC, 3 phase, or 115 VAC, single phase • Diesel Corporate Expertise Briefly describe your company, your products and services, history, ownership, and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. (no suggested page count) Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents are notified that a formal solicitation may not necessarily result from the RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. All interested parties should send company, descriptive literature and/or a Rough Orders of Magnitude (ROM) on any currently available product that meets the Navy's requirements to Dorri Petterson, e-mail: dorri.petterson@navy.mil or address: Naval Air Warfare Center Aircraft Division, Contracts, Code 2.5.2.1.2, 562-3, Hwy 547, Lakehurst, NJ 08733-5082 or Alan McCarty, e-mail: alan.mccarty@navy.mil or address: Naval Air Warfare Center Aircraft Division, Contracts, Code 2.5.2.1.2, 562-3, Hwy 547, Lakehurst, NJ 08733-5082 Please include a point of contact, phone number, e-mail address, website information and CAGE Code. All responses should be received no later than 3:00 PM EST, 16 Sep 2016. All questions and comments must be in writing, no telephone calls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-RFI-0342/listing.html)
- Record
- SN04232822-W 20160821/160819235254-58a48a490aa5ff23da63df3281567ec7 (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 |