Sources Sought for Triple Infrared Optical Flame Detector
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Dec 07, 2023 05:04 pm EST
- Original Response Date: Dec 21, 2023 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jan 05, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: N012 - INSTALLATION OF EQUIPMENT- FIRE CONTROL EQUIPMENT
- NAICS Code:
- Place of Performance: AUS
Description
Notice of intent to use a brand name product. The Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific) is performing a market survey to determine if other potential sources of supply can provide triple infrared optical flame detectors. The product must have equal performance and listing/approval requirements as the Det-Tronics X3301 Multispectrum Infrared Flame Detector.
FY24 MCON Project P-949 Aircraft Maintenance Hanger, RAAF Darwin, Australia requires triple infrared optical flame detectors similar to the following item:
Det-Tronics X3301 Multispectrum Infrared Flame Detector. The requirements for the flame detector are:
- Equipment shall be UL listed and/or FM approved.
- Equipment shall be an optical flame detector utilizing the triple infrared principal.
- Equipment shall be immune to radar and radio frequency emissions.
- Equipment shall be for detecting carbonaceous fuels.
This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Government. This is not a request for proposals, quotes, or an invitation for bid. The intent of this notice is to identify other potential sources of this product. To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product to ensure compatibility with the existing system. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit company brochures. Please submit complete information via email to Ms. Jenny Fukumae via electronic mail at jenny.g.fukumae.civ@us.navy.mil no later than 21 December 2023 at 2:00 p.m. H.S.T. Information received after the due date/time will not be considered. Any information provided to the Government in response to this RFI will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately.
Attachments/Links
Contact Information
Contracting Office Address
- 258 MAKALAPA DR STE 100
- JBPHH , HI 96860-3134
- USA
Primary Point of Contact
- Jenny Fukumae
- jenny.g.fukumae.civ@us.navy.mil
- Phone Number 8085976640
Secondary Point of Contact
History
- Jan 05, 2024 11:55 pm ESTSources Sought (Original)