Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT PANRSA-23-P-0000 012941

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: Aug 07, 2023 02:13 pm CDT
  • Original Response Date: Aug 14, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6636 - ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:

Description

SOURCES SOUGHT

PANRSA-23-P-0000 012941

Repair and Upgrade of Altitude/Temperature Test Chamber

INTRODUCTION

The U.S. Army Contracting Command-Redstone Arsenal (W9124P) ATTN:

CCAM-CAC-C, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280 (US) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide repair and upgrade of the Altitude/Temperature Test Chamber.

The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

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.

REQUIRED CAPABILITIES

The Government requires that contractors be able to modify an existing Altitude/Temperature Test Chamber. The model and serial numbers are: EA64-2-7.5-WC and 03025605 respectively. The Altitude Chamber has exceeded its current life expectancy of 15-20 years and requires repairs and upgrades. The chamber cannot be calibrated for temperature or humidity and the control system is obsolete. The modification will replace the water-cooled condenser, expansion valve, and repair humidity components based on evaluation. The modification shall include parts, software, and installation of a modernized control system. The modification will reuse existing chamber workspace of 64 cubic feet components that are in good condition including gaskets, closure mechanisms, lighting, circulating fans, and other components as necessary. Existing utilities shall be used. Existing functionality of the testing systems shall not be negatively impacted.

SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have a security classification level of Confidential resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.

ELIGIBILITY

The applicable NAICS code for this requirement is (334519) with a Small Business Size Standard of (600). The Product Service Code (PSC) is (6636).

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Benjamin Hymas in either Microsoft Word or Portable Document Format (PDF), via email (benjamin.c.hymas.civ@army.mil), and Contracting Officer, Tawana M. Sizemore via email (tawana.m.sizemore.civ@army.mil) no later than 3:00 p.m. (CST) on 14 August 2023 and reference this sources sought number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Contact Information

Contracting Office Address

  • ACC RSA ATTN CCAM BM B SPARKMAN COMPLEX BLDG 5303 3RD FL
  • REDSTONE ARSENAL , AL 35898-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 15, 2023 10:55 pm CDTSources Sought (Original)