Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOURCES SOUGHT

58 -- Dual Environmentally Cooled Unit (ECU)

Notice Date
12/18/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_55C7E
 
Response Due
1/2/2008
 
Point of Contact
Point of Contact - JANET MALDONADO, Contract Specialist, 843-218-5528
 
E-Mail Address
Email your questions to Contract Specialist
(janet.maldonado@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston is performing a market research to determine potential sources for the purchase of a fully mobile dual Environmentally Cooled Unit (ECU) trailer system and accessories as listed below. ECU Specification is as follows: ??? Shall Provide 96,000 BTU/Hour (8 Ton) 208V/60 Hz with a single wheel turf cart ??? Shall have a maximum ambient temperature of 120 degrees with return air at 85 degrees ??? Shall have a max design return air relative humidity of 50% ??? Shall be designed for rugged outdoor use and shall provide environmental control for personnel and electronic equipment. o Conditioned air shall be delivered via one supply transition 2 x 12??? diameter with two insulated supply air ducts (12??? diameter x 25??? long) per each ECU ??? Shall have one 12??? diameter quick coupling collar installed in each supply duct ??? Shall have the air returned via one return transition 1 x 18??? diameter with one insulated return duct (18??? diameter x 25??? long) ??? Shall have one 18??? diameter quick coupling collar be installed in each return duct ??? Shall be in an aluminum frame with formed aluminum panels ??? Shall have the aluminum components chromate conversion treated ??? Shall have lifting lugs on top of each ECU ??? Shall have evaporator and condenser coils to be copper tubes with aluminum fins ??? Shall operate with 4-wire, three phase input power of 208 VAC +/- 10%, 60 Hz +/- 5% ??? Shall support a 560B9W Pin & Sleeve inlet ??? Shall have an electronic current limiting device Face Plate ECU Return specification is as follows: ??? Shall be 18 inches in diameter ??? Shall have quick disconnect clamps Face Plate ECU Supply specification is as follows: ??? Shall be 12 inches in diameter ??? Shall have quick disconnect clamps Collar Hose for Air Duct specification is as follows: ??? Shall have a diameter of 12 inches, made of aluminum Collar Hose for Air Duct specification is as follows: ??? Have a diameter of 18 inches, made of aluminum Air Duct specification is as follows: ??? Shall be 12??? X 25??? air duct used as a return ??? Shall be expandable ??? Shall be Semi Insulated ??? Shall have ring collar clamps on one end of the duct Air Duct specification is as follows: ??? Shall be 18??? X 25??? air duct used as supply ??? Shall be expandable ??? Shall be Semi Insulated ??? Shall have ring collar clamps on one end of the duct Air Duct Transport Bag specification is as follows: ??? Shall be designed to fit 12??? X 25??? air duct, color black Air Duct Transport Bag specification is as follows: ??? Shall be designed to fit 18??? X 25??? air duct, color black Mode Selector Switch (ECU Panel) specification is as follows: ??? Shall be equipped on with a control panel that allows for local and remote operation with a remote control box on each ECU ??? Shall be accessed remotely at a distance of 50 feet (control cable) ??? Shall have the option to manually adjust the ECU operating modes for, o Heat: Power is supplied to the ECU thermostat and fan motor. The heater shall be energized as determined by the setting of the thermostat. o Vent: Power shall be applied to the ECU. The evaporator fan will be energized to provide ventilation. o Cool: Power is supplied to the ECU thermostat and fan motor. The hot gas bypass shall be incrementally energized as determined by the setting of the thermostat. Dual ECU Trailer System Specification is as follows: ??? Shall Consists of a 160-inch long steel frame trailer with aluminum deck and fenders, and two 96,000 BTU/Hour (8-ton) ECUs (dismountable). ??? Shall be designed to be roll on/off transport on C-130 aircraft ??? ECU shall be removable and incorporate wheel and travel kits to facilitate mobility when not in a trailer ??? Shall Not exceed 3600 pounds with ECUs and ancillary equipment, without cargo ??? Tongue weight shall not exceed 420 pounds when loaded with cargo to meet the towing and braking restrictions of the HMMWV ??? Shall be designed to the gross vehicle weight rating (GVWR) of 5500 pounds ??? Shall not pose a safety hazard with the weight distribution and lateral stability ??? Shall have the center of gravity to fall within the trailer envelope ??? Shall have a mid-deck cargo area of 56 inches by 48.5 inches located aft of the forward ECU and forward of the aft ECU ??? Shall be equipped with two 37 X 12.5 R16.5 load rating D radial tires ??? Shall have a ground clearance of 15-1/2 inches minimum when full loaded ??? Shall be equipped with a 7500 pounds rated hydraulic surge brake ??? Shall be equipped with two hand operated parking brakes ??? Shall be equipped with three adjustable leveling jacks rated at 7000 pounds each. Have two jacks at each rear side of the trailer and one jack for front support at the tongue to adjust to height ??? Shall be identified with an equipment nameplate that identifies, as a minimum, the manufacturer, the manufacturer part number, description, equipment rating and date of manufacture. Shall have a second equipment nameplate to identify the equipment dimensions, weight, and ground clearance. Shall have the nameplates located on the trailer frame near the tongue. The following Military Standards shall apply: ??? MIL-C-46168 ??? Coating, Aliphatic Polyurethane, Chemical Agent Resistant ??? MIL-C22992 - Connectors, Requirements for output receptacle, Circuit Breaker and multi-conductor cable ??? MIL-E-4158 ??? Electronic equipment ??? MIL-P-53022 ??? Primer epoxy coating, corrosion inhibiting, lead and chromate free ??? MIL-STD-454 ??? Standard general requirements for electronic equipment ??? MIL-STD-1366 ??? Interface standard for transportability criteria Nose Cone Support Trailer Tongue specification is as follows: ??? Shall interface with the trailer tongue ??? Shall support the ECU trailer when being shipped Wheel Tongue Mount specification is as follows: ??? Shall be equipped with a 10- inch wheel and support structure ??? Shall attach securely to the trailer frame ??? Shall rotate to a full vertical position when not in use to meet ramp crest clearance requirements Tie-Down Assembly specification is as follows: ??? Shall be two 12 foot ratcheting tie-down straps with mounting hardware to the trailer to secure cargo ??? Shall be two 16 foot ratcheting tie-down straps with mounting hardware to the trailer to secure cargo The required delivery date is 01 April 2008. It is anticipated that a solicitation will be issued for a Commercial type contract issued under the test procedures of FAR Part 13.5. The applicable NAICS code is 335311 with a size standard of 750 people. Firms are invited to submit documentation (any literature, brochures, and references) necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a five-page limitation for all data submitted. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime); (8) Product literature in PDF format that identifies the ability to meet the requirements listed above or identify proposed unit that meets all requirements listed above; and (8) Delivery schedule. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Janet Maldonado, Contract Negotiator, at janet.maldonado@navy.mil. (THIS MARKET RESEARCH IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET- ASIDE BASED ON RESPONSES HERETO. This market survey closes 10 days from the date of this notice is published.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=F8CE023CF09CB4A3882573B500651539&editflag=0)
 
Record
SN01472410-W 20071220/071218225236 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.