Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOURCES SOUGHT

41 -- Flight line Air Conditioning Units

Notice Date
2/23/2010
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC/SYK, 2590 Loop Road West, Wright Patterson AFB, Ohio, 45433-7142, United States
 
ZIP Code
45433-7142
 
Solicitation Number
FA8620-10-Q-0001
 
Archive Date
3/17/2010
 
Point of Contact
703 AESG/SYK,
 
E-Mail Address
703AESG.SYK@WPAFB.AF.MIL
(703AESG.SYK@WPAFB.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: Flight line Air Conditioning Units to Support MQ-1 Predator and MQ-9 Reaper Aircraft. This is a Sources Sought Synopsis and in no way commits the Government to award a contract. The Government does not intend to pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought Synopsis shall be voluntary. The Requirements Description and Contractor Capability Survey are attached. Sources responding to this Sources Sought Synopsis should review the attached information and instructions before preparing a response. Interested businesses should e-mail all questions to 703 AESG/SYK@wpafb.af.mil. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities and experience to meet the requirements of the Department of the Air Force, Air Force Materiel Command, Aeronautical Systems Center, 703 Aeronautical Systems Group. INSTRUCTIONS : Part 1 asks for specific business information. Part 2 requests your company's understanding and capability. Part 3 requests past performance experience. 1. If you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements by providing a response to Part 2. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e. teaming, subcontracting, etc.). 2. This procurement is for full and open competition; however, both large and small companies are encouraged to participate in this market research. 3. Questions relative to this sources sought market research should be addressed to email 703 AESG/SYK@wpafb.af.mil. REQUIREMENTS DESCRIPTION: Mobile Environmental Control Unit (ECU) to Support MQ-1 Predator and MQ-9 Reaper Aircraft. We are conducting market research (sources sought) to identify potential sources that may possess experience in manufacturing ECUs for flight line operations. Requirements are as follows: The ECUs must be capable of the following requirements: 1 Environmental Control Unit with the following specifications: 24-38,000 BTU/hr cooling requirement, Heating mode (not requirement, however preferred), Approx. 46 PPM (~600 cubic feet /minute) flow rate, R-134A refrigerant, 208/230V, 50/60 HZ, Ability to switch from generator to plug-in power via a switch box, Power cord minimum length 20 ft, At least 20' of heavy duty insulated ducts, Air distribution box with four outlets configured to attach to support existing aircraft hoses, EMI/RFI Shielding. 1 Generator with the following requirements: Sized to power ECU, Fuel: JP-8 or Diesel, 1 Trailer with the following specifications: 8x6.5 ft dual axle, Duct storage box, Hand brake, Ability to manually move unit, Tie-down rings. 1 ECU spares package. 1 generator spares package. It is required that the final configuration be delivered as one unit with ECU and generator mounted on the trailer. The ECU must have the option of either plugging into the generator, or plugging into an external power source via a power switch box. Indicate if the contractor has the ability to deliver 15 units within 8 weeks after receipt of order with an additional 10 units to follow. Units are requested to be desert tan finish and be accompanied with owner/operator manuals. The units shall be designed with MIL HDBK-1791 (design guidance) and MIL STD-209K (tiedown provisions). The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. CONTRACTOR CAPABILITY SURVEY: Mobile Environmental Control Unit (ECU) to Support MQ-1 Predator and MQ-9 Reaper Aircraft. Part 1 Business Information A. Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institution Name: • Address: • Point of Contact: • Telephone Number: • E-mail Address: • CAGE Code: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing ) • Based on the above NAICS Code, state whether your company is: • Small Business (Yes/No) • Woman Owned Small Business (Yes/No) • Small Disadvantaged Business (Yes/No) • 8(a) Certified (Yes/No) • HUB Zone Certified (Yes/No) • Veteran Owned Small Business (Yes/No) • Service Disabled Small Business (Yes/No) • Central Contractor Registration (CCR) (Yes/No) • Is your company foreign owned (Yes/No) • If yes, indicate country of ownership. C. What certifications does your company currently hold? Is your company a participant of a Federal Supply Schedule? If so, indicate what type of schedule your company holds and the schedule number. Part 2 Understanding and Capability Please provide a description detailing how your company will meet the requirements stated in the Requirements Description, above. Part 3 Past Performance Experience Provide any relevant past performance references. Past performance reference information should include: a. Contract number b. Period of performance c. Dollar value of contract d. Agency/organization supported e. Government points of contact to include e-mail address and telephone number f. Brief description of the work performed g. Whether the work was performed as a Prime or as a Subcontractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12f91efd5549144cd25577ada7b518aa)
 
Record
SN02072373-W 20100225/100223234812-12f91efd5549144cd25577ada7b518aa (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  © 1994-2020, Loren Data Corp.