SOURCES SOUGHT
66 -- Environmental Chambers and Related Equipment
- Notice Date
- 12/7/2021 7:17:38 AM
- Notice Type
- Sources Sought
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN22X0M0W
- Response Due
- 12/21/2021 12:00:00 PM
- Archive Date
- 01/05/2022
- Point of Contact
- Malgorzata Stroynowski, Gloria Thoguluva
- E-Mail Address
-
malgorzata.stroynowski.civ@mail.mil, gloria.thoguluva.civ@army.mil
(malgorzata.stroynowski.civ@mail.mil, gloria.thoguluva.civ@army.mil)
- Description
- Product Service Code: 6636 (Environmental Chambers and Related Equipment) NAICS Code: 423490 � Laboratory Equipment The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (DEVCOM AC), Quality Engineering & System Assurance Division (QE&SA), Environmental Test Laboratory (ETL) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide Temperature Humidity Chambers with the following requirements: One (1) 2.3 Cu Ft Temperature Humidity Chamber: Size:� Internal Work Space 18"" W x 16.5"" H x 13.5"" D Temperature Range: -90 deg. F to +340 deg. F Humidity Range: 10% to 95% RH Event Relays: four (4) Controller: Watlow F4T Touch Screen Controller to control temperature and humidity Safety: High/Low Limit Control and Alarm Viewing Window & Interior Light Ports: 4"" Access Ports on Left & Right Side Refrigeration: Non-CFC Cascade Refrigeration Power: 120V Input - Plugs Into Any 20 Amp Outlet One (1) Water Recirculation System for Temperature Humidity chamber in 3.1 Closed loop system. Chamber condensate drains into tank. Water will be pumped from the tank, through a deionizer filter, and into the humidifier system of the chamber. Two (2) 1.55 Cu Ft Temperature Chambers Size:� Internal Work Space 16"" W x 12"" H x 14"" D Temperature Range: -99 deg. F to +347 deg. F Controller: Watlow F4T Touch Screen Controller to control temperature and humidity Safety: High/Low Limit Control and Alarm Viewing Window & Interior Light Door: Reversible Ports: Access Ports on Left & Right Side Compact Floor Standing Refrigeration: Non-CFC Cascade Refrigeration Power: 120V Input - Plugs Into Any 20 Amp Outlet Installation and system warranty 3 Year Parts, 1 Year Labor Warranty Operating Manuals DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� BACKGROUND: The applicable NAICS code for this requirement is 423490 � Laboratory Equipment- Small Business Size Standard of 150 employees. The Product Service Code is 6636 (Environmental Chambers and Related Equipment). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s), and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above.�All data should be sent at no cost to the US Government by 12/21/2021 to the US Army CCDC AC. ATTN: Margaret Stroynowski, malgorzata.stroynowski.civ@army.mil[TGCUU1]�.� In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The official response must be submitted to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Margaret Stroynowski, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: malgorzata.stroynowski.civ@army.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/161eaae7d57f409b9e2287069791093a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06193213-F 20211209/211207230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |