SOURCES SOUGHT
29 -- SOURCES SOUGHT - 600 GPM PUMP ASSEMBLY
- Notice Date
- 1/4/2024 8:48:04 AM
- Notice Type
- Sources Sought
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-24-SN-Q11
- Response Due
- 1/19/2024 3:00:00 PM
- Archive Date
- 01/20/2024
- Point of Contact
- Ashley Majtyka, John Bowman
- E-Mail Address
-
ashley.a.majtyka.civ@us.navy.mil, john.n.bowman9.civ@us.navy.mil
(ashley.a.majtyka.civ@us.navy.mil, john.n.bowman9.civ@us.navy.mil)
- Description
- REQUEST FOR INFORMATION FOR 600 GPM PUMP ASSEMBLY Purpose The Naval Surface Warfare Center Panama City Division (NSWCPCD) is seeking information on a pumping assembly for fuel and potable water service with the following minimum characteristics/capabilities. Please respond if you meet the following, or if you meet 90% of the following: Capable of: Primary: Pump capable of delivering no less than 600 Gallons Per Minute (GPM) of fuel and water with a minimum total dynamic head of 350 feet, the flow rate should be variable from 50 to 600 GPM with an expected load of 10 to 350 feet of head. This should be achievable positioned at any direction or slope up to 15% from the horizontal. Secondary: Pump should be self-priming and capable of priming and re-priming without the use of a suction check valve or auxiliary priming device with the source of liquid located below the pump suction. Pump assembly should be driven by a multiple cylinder, industrial type diesel engine. Overall width of the pump assembly should not exceed 96 inches Responses Respond with the following documentation: �������������� Company�s name, POC & POC information, address, Cage code, and business size. �������������� Technical literature with complete description and specifications illustrating the ability of the apparatus to meet the above characteristics in this request for information. �������������� Estimated unit cost for quantities of 5, 50, and 100. �������������� Estimated quantity of units currently fielded. �������������� Estimated preventative maintenance costs for 1 and 2 year periods to include replacement parts, O-rings, seals, etc. for 5, 50, and 100 units. The Navy invites both large and small businesses to address the RFI above. The applicable PSC code is 2910. The applicable North American Industry Classification System (NAICS) for this requirement is 333996.� Size Standard is 1,250 employees. Responses should be submitted electronically, in Portable Document File (PDF) format. Please ensure any supporting documentation does not exceed 6MB and 10 pages.�� Respondents should submit an initial synopsis (commonly referred to as white paper) which outlines potential solutions based on the ability to meet the performance requirements outlined in this document. Specific information describing how the proposed solution meets the requirements is requested. If a potential solution meets some of the performance requirements, respondents are asked to highlight what can be met and what cannot. For those performance requirements that cannot be met, please detail the level and/or reason for the shortfall.� Responses are requested no later than 19 January 2024. Responses should be prepared using the form attached to this announcement. Please e-mail this form with any supporting pictures or attachments to ashley.a.majtyka.civ@us.navy.mil.� NSWC Panama City requests your responses by 19 January 2024.� Questions can be submitted electronically to ashley.a.majtyka.civ@us.navy.mil.� The technical point of contact is john.n.bowman9.civ@us.navy.mil. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. This is a Request for Information (RFI) announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3b35f7fc009843a9a1a3b48f5b4a53e7/view)
- Record
- SN06927646-F 20240106/240104230044 (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 |