Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought for Hydrocarbon Analyzer, Joint Base Pearl Harbor-Hickam, Hawaii.

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: Jan 30, 2024 10:47 am HST
  • Original Response Date: Feb 14, 2024 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    JBPHH , HI 96860
    USA

Description

The Government is conducting market research with the intent to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements.  The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide a hydrocarbon analyzer that has equal performance requirements as the K-204P-GP-G2 Hydrocarbon/VOC in Water Monitor Model 204P/174 Sample Transfer Stripper and the K-204P-G2-OPTIONS, Options Package, Hydrocarbon/VOC in Water Monitor Model 204P-XX-G2, manufactured by Analytical Systems Keco, LLC, 9515 Windfern Road, Houston TX, USA, 77064. The alternate product/service must meet the following requirements/specifications:

  1. Be capable of detecting a wide range of hydrocarbons of varying sizes/density and tunable to specific hydrocarbons contained in JP5 or other fuels.
     
  2. Be capable of operating at temperatures of 1 to 55 degrees C.
     
  3. Signal output must be 4-20 mA based on calibrated concentration of VOC analyzer.
     
  4. Accuracy must be plus or minus 3 to 8 percent of full scale. Sensor life duration of 5 to 10 years.
     
  5. Acceptable materials: 316 stainless steel, Titanium, or Coated mild steel.
     
  6. Utilize a 120 VAC, 60 Hz power supply.
     
  7. Provide analyzer in an integrated enclosure complete with process piping, ancillary components, air compressor (if required) outfitted with zero air. All process connections shall be through the bottom of the enclosure. Provide a balance valve at the sample input to allow for splitting the sample to drain and controlling the total flow into the analyzer. Provide a rotometer sight glass flow meter at the sample inlet for calibration of flow rate.
     
  8. Produced from designated countries in compliance with FAR 52.225-11.
     
  9. Enlisted on DOD Information Network (DODIN) Approved Product List (APL).

This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract.

Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system.  Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format.  Also, provide company information and point of contract (name, title, email, phone, mailing address).

The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement.

Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned.  All proprietary or classified information will be treated appropriately.  The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure.

Interested parties shall submit information and specifications to Ms. Kris Nakashima-Wong, Contracting Officer via email at Kris.E.Nakashima-Wong.civ@us.navy.mil and Mr. Joseph Rayray, Contract Specialist at Joseph.D.Rayray.civ@us.navy.mil. Interested parties responding to this announcement by 14 February, 2024 at 2:00 p.m. Hawaii Standard Time will be considered.

Contact Information

Contracting Office Address

  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Feb 29, 2024 06:55 pm HSTSources Sought (Original)