SOURCES SOUGHT
49 -- Portable Hydraulic Power Supply (PHPS) Diesel
- Notice Date
- 8/29/2022 11:09:40 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833522RFI0317
- Response Due
- 9/28/2022 2:00:00 PM
- Point of Contact
- Theresa A. T. Mason, Phone: 2405871133
- E-Mail Address
-
theresa.a.mason15.civ@us.navy.mil
(theresa.a.mason15.civ@us.navy.mil)
- Description
- Portable Hydraulic Power Supply (PHPS) Diesel������������������������������������������������ V-22 Support Equipment������������������������������������������������������������������������������� Request for Information (RFI) THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the PMA-275 Program Office or NAVAIR will contract for the items contained in this RFI. The Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is seeking qualified manufacturers for the Portable Hydraulic Power Supply (PHPS) Diesel. The PHPS is a single system hydraulic pumping unit with a rated capacity of 40 Gallons Per Minute (GPM) at 3000 Pounds Per Square Inch (PSI) and 32 GPM at 5000 PSI. The PHPS is a self-contained unit designed to check performance and operating characteristics of aircraft hydraulic systems. The unit delivers hydraulic fluid at controlled pressures without the necessity of starting the aircraft engine(s). The PHPS Diesel is 116 inches long, 52 inches wide, and 53 inches tall. The engine system is 169 HP at 2300 RPM, electrical system 24 VDC, fuel capacity 35 gallons, hydraulic oil capacity 50 useable gallons, external fill system 6 GPM at 2300 RPM, purification system that produces a cleanliness level equal to or better than any Class 3, and weight approximately 4800 lbs. wet. The PHPS Diesel system will have an electrical panel to consist of an engine monitor, flow meter, fuel level, diagnostics port, emergency stop, ignition switch, and various sensors. An instrument panel to include shut off valves, vent valves, level indicators, low/high pressure gauges, temperature gauge, and other various indicators. A purification manifold assembly to consist of a relief valves, flow control valves and check valves. The system will also consist of a vacuum pump with a flow rate of 8.5 CFM, a desiccant filter assembly, engine and pump assembly, fluid expansion tank, and several hinged access doors to consist of 16 GA cold rolled steel ASTM-A-1008.� � NAWCADLKE is requesting information from industry for the purpose of identifying qualified contractors interested in bidding on the possible competition to fabricate new PHPS Diesel. The Government requests interested companies submit documentation to address the following information: 1.� Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. 2.� Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. 3.� Manpower to include the number of company employees and applicable skill sets. 4.� Brief summary of your knowledge, capabilities and experience in the areas of forging, machining, and welding components of this magnitude. 5. Provide manufacturing capabilities, including relevant history manufacturing similar parts and utilizing similar processes. 6.� Provide examples and photographs of manufactured products of similar size and complexity. 7.� Provide Quality Assurance systems in place, certifications, capabilities, and qualifications. 8.�� Provide any additional information that will assist in understanding your responses to the RFI. NAWCADLKE will not pay respondents for any information generated for or provided in response to this RFI. Submit your response in a Microsoft� Word or compatible format document in no more than ten single-sided pages. Any operation manuals provided shall not be counted toward the page limit. Responses to this RFI are requested by no later than 30 days from the date of this posting. Responses should be addressed to the attention of Theresa Mason, at Theresa.a.mason15.civ@us.navy.mil.� Respondents are notified that a formal solicitation MAY NOT necessarily result from this RFI. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. 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 of the Government without written permission in accordance with the legend.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd8759de5a514565b427359c740589ab/view)
- Record
- SN06445407-F 20220831/220829230135 (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 |