Maryland Bids > Bid Detail

Limitorque Valve Actuators Replacement

Agency:
Level of Government: Federal
Category:
  • 48 - Valves
Opps ID: NBD00159909831926148
Posted Date: Nov 29, 2023
Due Date: Dec 7, 2023
Source: https://sam.gov/opp/04de9249c3...
Follow
Limitorque Valve Actuators Replacement
Active
Contract Opportunity
Notice ID
FA9101-LVAR
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE TEST CENTER
Office
FA9101 AEDC PKP PROCRMNT BR
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)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 29, 2023 01:46 pm CST
  • Original Response Date: Dec 07, 2023 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4810 - VALVES, POWERED
  • NAICS Code:
    • 333995 - Fluid Power Cylinder and Actuator Manufacturing
  • Place of Performance:
    Silver Spring , MD 20903
    USA
Description

CONTRACTING OFFICE ADDRESS:



AFTC/PZIA (Arnold)

Attn: Leslie R. McGowan

100 Kindel Drive Suite A332

Arnold AFB, TN 37389-1332



SOURCES SOUGHT NOTICE



The Air Force Test Center’s Installation Contracting Division (AFTC/PZI) at Arnold Air Force Base (AFB), TN is seeking sources to replace and install torque limiting valve actuators at Arnold Engineering Develoment Complex’s (AEDC) White Oak, Tunnel 9, 10905 New Hampshire Ave, Silver Spring, MD 20903-1050 in accordance with (IAW) Attachment 1 – Technical Requirements.



DISCLAIMER:



THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 ANNOUNCEMENT IS STRICTLY VOLUNTARY.



INTRODUCTION:



AEDC’s Tunnel 9 limtorque valve actuators are aging and in need of replacement to maintain current and future mission requirements. The scope of this effort is to provide new torque limiting actuator drives for 60” gate valves in use at Tunnel 9. Newly supplied drives will be drop-in replacements for the existing limitorque drives on site S/N 123581, ad S/N 123582 which were manufactured by Flowserve. New valve actuators will fit the existing mounting system and actuation mechanism without modification to the valve or additional engineering effort to make a custom actuator fit. The new actuator should match the valve stem gear pitch and size without modification to the existing valve.



The valve actuator shall meet the specification detailed below, additional details may be found in Attachment 1 - Technical Requirements:



Valve Actuator Specification



Valve: 60" gate



Actuation: Linear - Vertical



Start Torque: 60 ft-lb



Run Torque: 12 ft-lb



RPM: 1720



V34 Motor: 230/460



Phase: 3



HZ: 60



This is a Sources Sought Notice to determine the availability and technical capability of small and large businesses to meet the Government’s requirement to manufacture and install two limitorque valve actuators for Tunnel 9 IAW Attachment 1 – Technical Requirements.



NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:



The anticipated North American Industry Classification System Code (NAICS) for this requirement is 333995, Fluid Power Cylinder and Actuator Manufactoring, with the corresponding business size standard of 800 employees, and Product Service Code 4810, Valves, Powered.



SUBMISSION DETAILS:



Responses should include:




  1. Company Information: Company name, company address, and telephone number and e- mail address of company point of contact.Business size under NAICS code 333995.

  2. System for Award Management (SAM) Unique Entity Identifier (UEI) Number.

  3. Indicate if there any technical requirements that are too restrictive or not traditionally available in the marketplace. Also indicate if any of the technical requirements should be changed based on industry standards.

  4. Comments/feedback on Attachment 1- Technical Requirements.

  5. Please provide an estimated Period of Performance (in weeks) that it would take to complete the work IAW Attachment 1 – Technical Requirements



The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to a company, or to contact a company for clarification of any information submitted in response to this request.



Submission: Provide your intent/response no later than 12:00 PM Central Time (CT) on 7 December 2023, via email to Ms. Leslie McGowan at leslie.mcgowan@us.af.mil and Ms. Haley Smith at haley.smith.10@us.af.mil. Verbal responses will NOT be accepted.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submission become Government property and will not be returned. All government and contract personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.



Attachment(s):



1. Technical Requirements


Attachments/Links
Contact Information
Contracting Office Address
  • CP 931 454 7841 100 KINDEL DR STE A332
  • ARNOLD AFB , TN 37389-1332
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 29, 2023 01:46 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >