The RFP Database
New business relationships start here

ACRYLIC LEAK TEST TANK


Alabama, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This Sources Sought Notice is for market research purposes only. This is NOT a request for quotes or proposals.

Summary of Service:

M1A1 Gunners Primary Sight (GPS)
Leak Test Tank


Scope:

This specification establishes a requirement for a water tank to leak test a submerged GPS unit that has been purged and pressurized with three (3) pounds of Nitrogen gas. The rough dimensions of the GPS unit is 22L x 15W x 36H, 200lbs.

Background:

Currently the GPS units are submerged in a solid metal tank. Using a crane and lifting rig, the GPS unit is lowered into a tank and remains attached during the test. The metal tank is not designed for water testing and creates maintenance issues. The bubbles released during the test can be hard to see.

Contractor Requirements:

The contractor shall provide all parts, labor, tools and materials necessary to produce a sealed, clear acrylic, leak proof tank.

The tank shall be 36D x 40H minimum if cylindrical. Cylindrical is preferred. A rectangular tank shall be 36Lx36Wx40L. Access shall be at the top of the longest dimension.

The tank shall have a lid with handle that is capable of being removed if attached. The lid shall protect the water from dirt, dust, and debris.

There shall be a drainage port at the bottom of the tank that can accommodate a general hose pipe. The connection point shall extend at least 2 inches from the outside diameter of the vertical wall.

The tank shall have a base with locking, swivel casters with 2-4 of floor clearance. The base does not have to be removable. The tank plus base with casters shall not exceed 46H. The shop floor is tile covered with textured paint.

Contractor shall provide technical drawings, technical data information, and maintenance instructions for all parts.

3.7 Acceptance Testing: The tank shall arrive at Anniston Army Depot fully assembled and crated properly. There shall be no leaks, seals, cracks, crazing, scratches, pitting and/or hazing that may obscure vision of the GPS unit under test. Acceptance of work completed shall be done by the assigned Government Contracting Officers Representative (COR).

The Contractor shall provide a warranty for a period of not less than one (1) year. The warranty shall begin the day following government acceptance of the upgrade described in this document. During the warranty period, the contractor shall be responsible for all costs, including parts, labor, travel and lodging required to complete any and all repairs of any defects of material, parts and/or workmanship. The warranty shall be written in the Anniston Army Depots name.

The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns. Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort, 332420
Metal Tank (Heavy Gauge) Manufacturing; Size Standard is 750 Employees. Please include your company's size classification and socio-economic status in any response to this notice.

Responses to this notice must be submitted electronically toT. Morey Gaddy, troy.m.gaddy2.civ@mail.mil, (telephone inquiries will not be accepted or acknowledged). ACRYLIC LEAK TEST TANK must appear in the subject line of the email or it will be deleted and not read. Responses must be received no later than 31 October 2017 at 4:00 P.M. CDT.

Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the governments Request for Information.

Responses should include:
1. Prospective firm's name, address, phone number, socioeconomic status and DUNS number
2. General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value

Responses should be "short and to-the-point." This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is under no obligation to issue a solicitation or to award a contract related to this project.

NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY.

This RFI will expire on 31 October 2017 at 4:00 P.M. CDT.

T. Morey Gaddy, Phone 256-741-5227, Email troy.m.gaddy2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP