Skip to main content

An official website of the United States government

You have 2 new alerts

USAFA Trisonic Wind Tunnel Compressors

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Jul 17, 2024 01:47 pm MDT
  • Original Response Date: Jul 19, 2024 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4310 - COMPRESSORS AND VACUUM PUMPS
  • NAICS Code:
    • 333912 - Air and Gas Compressor Manufacturing
  • Place of Performance:
    USAF Academy , CO 80840
    USA

Description

SOURCES SOUGHT:  THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT FOR INFORMATION AND PLANNING PURPOSES ONLY!  This notice does not constitute a commitment by the Government.  All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The Notice ID number is FA700024QCOMPRESSORS and shall be used to reference any written responses to this source sought.

The United States Air Force Academy (USAFA) is conducting market research to identify industry interest. The North American Industry Classification Systems (NAICS) Code proposed is 333912.  The size standard for this NAICS Code is 1,000 employees.  

The requirement is to provide all materials, equipment, labor, shipping, delivery and management necessary to install a new high-pressure compressor system with the minimum salient characteristics:

     - Pump the pressure to over 600 psig in the existing 540 cu. ft. storage tanks in less than 5 hrs.

     - Must perform at 7100 ft in elevation, 90 degree room temperature with 20% humidity

     - The system must easily fit in a 41ft. 6 in. x 25 ft.4 in. compressor room with access on all sides for maintenance

     - Provide high pressure over 99% of the time, requiring the parts be available in the USA

     - Must use the 4160 volt power source, can be converted to 460V/ 3 phase power

     - The system must dry the air enough to produce a due point less than -100 degrees Fahrenheit

     - Should include and appropriate closed-loop cooling system, water is available

     - Must be able to be disassembled to fit through a 6 ft wide gap and a doorway 80 in. wide and 83 in. tall. and reassembled

     - Delivery: FOB Destination to the Aeronautics Laboratory located at the US Air Force Academy, CO 80840 and include all removal of old system components.

Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER.

Contractor is required to provide all management and labor required for the installation of the product as referenced above. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Include Point of Contact information, UEI, Socio-Economic Catetory if any and Cage Code.  Any teaming and/or subcontracting arrangements anticipated should be clearly delineated and previous experience in teaming identified. The response must not exceed a total of 5 pages.

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

Telephone responses will not be accepted.

Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA

Primary Point of Contact

Secondary Point of Contact

History