Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOURCES SOUGHT

66 -- Nitrogen Turbo Punps

Notice Date
1/13/2012
 
Notice Type
Sources Sought
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0098SS
 
Archive Date
1/25/2012
 
Point of Contact
Michael J. Allen, Phone: 9375224586
 
E-Mail Address
michael.allen2@wpafb.af.mil
(michael.allen2@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing 2 Nitrogen Turbopumps, 1 each with speeds of up to 260 l/s and 685 l/s respectively. Firms responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. Specific requirements include: 1. One each Turbopump with pumping speeds of up to 260 l/s (Nitrogen). Characteristics: Pump system must have an integrated electronic controller package on the pump body, an inlet flange of DN 100 CF-F and outlet flange of DN 16 ISO-KF. Pump must be able to be installed in any orientation, have integrated air cooling, a splinter shield for inlet of pump, be capable of attaining oil free, ultimate ultrahigh vacuum chamber pressures of 5 x 10-10 torr, pumping speeds of 260 l/s for nitrogen, a run up time of better than 2 min, and be operable from a 115v power line. Package must include a display unit and power supply, all cables for interconnection of display unit with pump, display unit with supply line, and pump with supply line and all components must connect on the plug and play principle. 2. One each Turbopump with pumping speeds of up to 685 l/s (Nitrogen). Characteristics: Pump system must have an integrated electronic controller package on the pump body, an inlet flange of DN 160 CF-F and outlet flange of DN 25 ISO-KF. Pump must be able to be installed in any orientation, have integrated air cooling, a splinter shield for inlet of pump, be capable of attaining oil free, ultimate ultrahigh vacuum chamber pressures of 5 x 10-10 torr, pumping speeds of 685 l/s for nitrogen, a run up time of better than 2.5 min, and be operable from a 115v power line. Package must include a display unit and power supply, all cables for interconnection of display unit with pump, display unit with supply line, and pump with supply line and all components must connect on the plug and play principle. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 333911. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Michael.Allen2@wpafb.af.mil in a Microsoft word compatible format to be received no later than 8:00 AM Eastern Standard Time, 23 Jan 2012. Direct all questions concerning this acquisition to TSgt Michael Allen at michael.allen2@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0098SS/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02654477-W 20120115/120113234321-9d4fc9ed0aaa51ede8366eb3eab1649d (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.