Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2022 SAM #7544
SOURCES SOUGHT

41 -- Johnson Controls Navy Systems (JCNS) High Efficiency Super Capacity (HESC) 375 Ton Air Conditioning Plants aboard LHD class hulls

Notice Date
7/25/2022 10:27:45 AM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
22-MLD-034
 
Response Due
8/4/2022 2:00:00 PM
 
Point of Contact
Marissa Dickens, Dustin Bordelon
 
E-Mail Address
marissa.l.dickens.civ@us.navy.mil, dustin.j.bordelon.civ@us.navy.mil
(marissa.l.dickens.civ@us.navy.mil, dustin.j.bordelon.civ@us.navy.mil)
 
Description
THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure 375 Ton HFC-134a High Efficiency Super Capacity (HESC) chiller plants in support of regaining N-1 chiller requirement and potential increased demand of chilled water cooling due to the planned electronic warfare system upgrade onboard LHD class hulls. The HESC plants will include permanent magnet motor variable speed drive (VSD) assemblies.� In addition to the HESC plants, this acquisition will include line items for HESC Chiller Auxiliary Components Kits and Installation and Checkout Spares (INCOS). It is the Government's intention to procure these parts, utilizing other than full and open competition, from Johnson Controls Navy Systems (JCNS) IAW FAR 6.302-1. JCNS is the Original Equipment Manufacturer (OEM) for the equipment supported by this procurement as they are the only known source that can meet the Navy�s technical and schedule requirements. NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements.� Prior to issuing a sole source solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required repair services to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements found in the attached documents.� Responses are not to exceed five (5) pages. Responses shall be in electronic format.� A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this notice and points of contract (names, email, and telephone numbers) at a minimum.� The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Marissa Dickens at Marissa.l.dickens.civ@us.navy.mil with the subject line ""Sources Sought 22_MLD_034."" All responses shall be unclassified and submitted by no later than 05:00PM EST on 08/04/2022. This notice is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals.� This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. The Government WILL NOT PAY for any information received in response to this notice, and the Government will not compensate the respondent for any cost incurred in developing the response to this notice. The Government will not release any information marked with a proprietary legend received in response to this notice to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. Phone calls will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d682da5fb664881b41fdee8aa464d84/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN06401144-F 20220727/220725230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.