Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOURCES SOUGHT

43 -- Tactical Fuels Systems Fuel Flow Meter

Notice Date
3/23/2005
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
RFI-M67854-05-R-5069
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Description
DESCRIPTION: THIS IS A REQUEST FOR INFORMATION (RFI) for a Commercial Fuel Flow Meter for use in the Tactical Fuels Systems. The commercial meter assemblies must be capable of operating in a military expeditionary environment. The key capabilities that the offerors must address include, the following thresholds: The meter assemblies must comply with all current commercial standards and guidelines; Operate within six-inch, four-inch and two-inch tactical hose lines with a safe working pressure of 150 Pounds Per Square Inch (PSI) and a minimum burst pressure of 600 PSI; Operate with all commercial and military aviation turbine fuels and diesel petroleum products (Jet-A, Jet-A1, JP-5, JP-8, DF-1, 2, and 4), Capable of operating in climates such as arctic, tropical, and desert with a minimum temperature of minus 25 degrees Fahrenheit and a maximum temperature of 140 degrees Fahrenheit; Have a skid assembly and/or protective cage assembly to prevent damage during embarkation and operation; Use couplings that are quick-disconnect cam?lock fittings (A-A-52598); Accuracy level of +/- .5%; Capable of being calibrated at the unit level; Capable of being transported and withstand military type transport in accordance with MIL-STD-810 or Commercial Equivalent; Color of the meter assemblies shall be available in two-color variants: Green 383, color chip number 34094 or Desert Tan 686A, color chip number 33446, in accordance with Mil-STD- 595 or Commercial Equivalent. Have an attached grounding rod and grounding cable for earthen grounding (four-inch and six-inch only). METER SPECIFIC PARAMETERS: The meter specific parameters that the offerors must address include the following thresholds: The six-inch meter is to have a minimum flow of 50 Gallons Per Minute (GPM) and a maximum flow of 900 GPM; Length shall not exceed 42-inches; width shall not exceed 23-inches; height shall not exceed 22-inches; weight shall not exceed 65lbs; Have a visible seven digit register assembly to record (in gallons) single operations with the capability to reset after each use; A second register must have the capability to record (in gallons) a cumulative total to a minimum of seven digits. The four-inch meter is to have a minimum flow of 50 GPM and a maximum flow of 650 GPM; Length shall not exceed 27-inches; width shall not exceed 17-inches; height shall not exceed 16-inches; weight shall not exceed 45lbs; Have a visible seven digit register assembly to record (in gallons) single operations with the capability to reset after each use; A second register must have the capability to record (in gallons) a cumulative total to a minimum of seven digits. The two-inch meter is to have a minimum flow of 5 GPM and a maximum flow of 250 GPM; Length shall not exceed 20-inches; width shall not exceed 14-inches; height shall not exceed 14-inches; weight shall not exceed 20lbs; Have a visible seven digit register assembly to record (in gallons) single operations with the capability to reset after each use; A second register is not required. Firms, which have products with the above capabilities, are invited to submit the following information within their capability statement: 1) Product summary, 2) Complete technical characteristics and test data of their product, 3) Pictures/drawings of the product, 4) Contract Logistics Support (CLS), 5) Unit price broken down in quantities of 1, 100, 500, 1000, and 1500. 6) Corporate history including previous DOD experience if applicable. Responses will be reviewed to identify firms potentially capable of fulfilling the Governments requirements. Vendors are requested to submit their Capability Statement to the address below no later than 1 April 2005. E-mail responses will be accepted. This sources sought / Request For Information (RFI) is for planning purposes and shall not be construed as a Request For Proposal or as an obligation on the part of the Government to acquire follow-on-acquisition. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for the information requested. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such restricted or proprietary data and present is as an addendum to the non-restricted / non-proprietary information. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Responses to this RFI shall be mailed to Commanding General, MARCORSYSCOM, Attn: Capt Juan Arratia, CONTRACTING OFFICER (Code GTES/PG15), 2200 Lester Street, Quantico, VA 22134. For further information regarding this RFI or submission of materials, contact the contracting officer at (703) 432-3705, fax (703) 432-3532, and email juan.arratia@usmc.mil.
 
Place of Performance
Address: Bldg 2200 Lester Street, Quantico VA
Zip Code: 22134
Country: USA
 
Record
SN00774379-W 20050325/050323212738 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.