United States - Cryogenic Service System (CSS) 2000 Gallon Nitrogen/Oxygen Tanks

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
09 May 2019
Opportunity publication date
26 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 25, 2019 2:46 pm

The Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE) has a requirement for the design, manufacture, assemble, test, delivery and support of up to approximately QTY 100 Cryogenic Service Systems (CSS), part number (P/N) 1678AS100-1/-2 under NAICS Code 332420, Metal Tank (Heavy Gauge) Manufacturing.

NAWCADLKE intends to award one (1) firm fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five (5) year ordering period through a competitive Small Business set aside.

The Government expects to select one (1) Offeror on the basis of providing the "lowest price, technically acceptable" proposal.  Request for information (RFI) regarding this Pre-Solicitation was posted under both N68335-17-RFI-0453 and N68335-17-RFI-0454.

The CSS provides bulk storage of cryogenic fluids as well as a means of delivering oxygen/nitrogen in liquid and in high pressure gaseous form. The CSS assembly consists of a cryogenic storage tank with a nominal capacity of 2000 gallons. The storage tank is a vertical tank mounted on four legs.  The tank assembly is comprised of a stainless steel inner storage tank surrounded by a carbon steel shell separated by an annular vacuum space. The lower structure is situated under the tank and consists of the following major components: converter assembly, cryogenic pump, electric vaporizer and various controls and indicators. The converter assembly, cryogenic pump, and electric vaporizer are mounted to a removable skid for ease of maintenance.   
The CSS assembly is defined by the drawing 1678AS100, titled: Final System Assembly 2000 Gallon Nitrogen/Oxygen.  The part number 1678AS100-1 refers to the CSS assembly for liquid oxygen, and the part number 1678AS100-2 refers to the CSS assembly for liquid nitrogen.
The Government drawings and/or specifications of the CSS System the Government is soliciting is export controlled, and releasable to DoD and US DoD contractors only. Interested vendors that wish to receive the specifications before RFP Release must provide John Murtagh, identified office points of contact above with a copy of their current form DD2345, 'MILITARILY CRITICAL TECHNICAL DATA AGREEMENT'.
To receive certification from the US/Canada joint Program Office, you will need to submit the original form, along with your company's incorporation certificate, state business license, and sales tax identification form, or any other information verifying the legitimacy of your company, to the US/Canada Joint Program Office, DLA Logistics Information Service-VBA, Federal Center, 74 Washington Ave., North Battle Creek, MI USA 49037-3084. Please note that as DLA requires the original signature, you may not fax or e-mail the completed form to them.

For further information or assistance regarding the DLA JPO certification process, please contact the joint certification Office at 1-800-352-3572 or jcp-admin@dla.mil.
Once received and current JCP certification verified by NAVAIR, the TDP will be transmitted to you from NAVAIR via AMRDEC Secure Access at https://safe.amrdec.army.mil/safe/ to the data custodian you have identified on the DD Form 2345.
THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. PLEASE NOTE:  A FORMAL SOLICITATION IS TO FOLLOW.  The Government intends to issue a request for proposals (RFP) under this solicitation number (N6833519R0001) in June 2019.  The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.  Any questions about this announcement shall be submitted to John Murtagh at john.c.murtagh@navy.mil.  Note all questions and answers specific to this solicitation will be posted to the FBO website. 
All vendors must be registered in Systems for Award Management (SAM) Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with the SAM as your DUNs Number (Data Universal Numbering System) and your CAGE CODE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in subsequent order. Please include CAGE CODE, DUNs Number, Tax ID Number, and payment terms in your response.  Responses should reference N6833519R0001. Responses must be received with 15 days of publication of this notice.

The contracting officer shall determine that a prospective contractor is responsible (see FAR subpart 9.1). To be determined responsible a prospective contractor must demonstrate that it has adequate financial resources to perform the contract, or the ability to obtain them. The prospective contractor must be able to comply with its proposed delivery schedule. A prospective contractor must demonstrate that it has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them. A prospective contractor must demonstrate that it has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. A prospective contractor must have a satisfactory record of integrity and business ethics. A prospective contractor must be otherwise qualified and eligible to receive an award under applicable laws and regulations. 
To be determined responsible a prospective contractor must have a satisfactory performance record. In accordance with 252.213-7000 the Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) application (http://www.ppirs.gov/) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i).

Opportunity closing date
09 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy Naval Air Warfare Center Aircraft Division Lakehurst United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?