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 -- 600-GPM Aviation Jet Fuel Monitor Assembly

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-5071
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Description
DESCRIPTION: THIS IS A REQUEST FOR INFORMATION (RFI) for a Commercial 600-Gallnos Per Minute (GPM) Aviation Jet Fuel Monitor Assemblies. The key capabilities that the offerors must address include, the following thresholds: Capable to continuously monitor the full flow of fuel and, with no external power, shall allow no fuel beyond the monitor assembly to exceed the contamination limits as stated in MIL-M-81830E or Commercial Equivalent. The monitor elements shall not include any device that will cause an immediate stoppage of fuel flow; Be able to operate with current Marine Corps tactical fuel systems using four-inch Camlock inlet and outlet fittings in accordance with A-A-59326. Capable of maintaining continuous maximum flow rate of 600-GPM and must be in compliance with MIL-M-81830E or Commercial Equivalent and American Petroleum Institute (API) specification 1581 (latest edition). The 600-GPM Aviation Jet Fuel Monitor Assembly must comply with all current commercial standards and guidelines; Operate within a four-inch tactical hose line with a safe working pressure of 150 Pounds Per Square Inch (PSI) and a minimum burst pressure of 600 PSI; Have a minimum flow rate of 50 GPM; Operate with all commercial and military aviation turbine fuels; Incorporate a visible pressure-monitoring device so the operator may observe differential pressure across the fuel monitor; not to exceed a maximum weight of 175 lbs; Not to exceed a maximum height of 25 inches; Not to exceed a maximum width of 32 inches; Not to exceed a maximum length of 37 inches; 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 an attached grounding rod and grounding cable for earthen grounding; One extra set of fuses/elements and cover gasket shall be furnished with each 600-GPM Aviation Jet Fuel Monitor Assembly; Have a skid assembly and/or protective cage assembly to prevent damage during embarkation and operation; Capable of being transported and withstand military type transport in accordance with MIL-STD-810 or Commercial Equivalent; Color of the 600-GPM Aviation Jet Fuel Monitor Assembly 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. 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 of the product, 3) Pictures/drawings of the product, 4) Contract Logistics Support (CLS), 5) Unit price broken down in quantities of 1, 100, 300, 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
SN00775025-W 20050325/050323213633 (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.