SOURCES SOUGHT
20 -- T-AO Start Air Compressor
- Notice Date
- 4/25/2018
- Notice Type
- Sources Sought
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N104-StartAirCompressor
- Archive Date
- 5/29/2018
- Point of Contact
- Bryan Makuch, Phone: (757) 443-5633
- E-Mail Address
-
bryan.makuch@navy.mil
(bryan.makuch@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Military Sealift Command - Norfolk contracting office is seeking information on start air compressors for the start air system on board the T-AO 187 Class of vessels. Each ship is currently equipped with two start air compressors. The existing start air compressors are capable of charging the ship's diesel engine air starting receivers (total volume of 500 ft3) within one hour to a working pressure of 450 psig, and have the following salient characteristics: -Free Air Delivered = 130 CFM (per compressor) -Pressure = 450 psig -Compressor Type = Reciprocating; Freshwater Cooled -Skid Dimensions (Inclusive of both compressors) = 165"L x 50"W x 76"H -Skid Orientation = Length runs Fore/Aft; Width runs Athwartship -Maintenance/Access Envelope = 240"L x 76"W x 84"H -Input Power = 450VAC (60HP per compressor) -Control Arrangement (psig) = Lead (Start = 430; Stop = 450)/Lag (Start = 415; Stop = 445) -Freshwater Cooling Flow = 184 GPM (92 GPM per compressor) at 105 °F -Design Room Air Temperature = 40-122 °F -Static Design Conditions = 15° List and 5° Trim -Dynamic Design Conditions = Roll 30° (either side) and Pitch 10° (up and down) All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The NAICS Code for this procurement is 333912. This is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought. It is requested that interested firms submit to MSC-Norfolk contracting office a brief capabilities package demonstrating ability to provide a solution that meets or exceeds the minimum qualifications stated above. This document shall address, at a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; (2) A description of applicable products that meet the salient characteristics as captured in the existing equipment listed above. Compressors other than reciprocating will be considered. Company shall identify the interface requirements in terms of size and capacity (electrical, mechanical, and structural). Product brochures are acceptable. (3) American Bureau of Shipping (ABS) Type Approval for Starting Air Systems. If not type approved, has ABS approval been received for start air applications on other ships? (4) Technical information sheets for each product including all available options, upgrades, and accessories. Commercial price lists for products, if available. (5) Statement of your firm's standard warranty. (6) Partnership, teaming, joint ventures, or mentor-protégé agreements with any large businesses. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry. RESPONSES ARE DUE by 14 May 2018 at 12:00 PM Eastern Time. Email submissions of the capabilities packages WILL be accepted, please submit to bryan.makuch@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Bryan Makuch.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fef0140d158c35ef184224981e6f32df)
- Record
- SN04900253-W 20180427/180425230657-fef0140d158c35ef184224981e6f32df (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 |