The RFP Database
New business relationships start here

Escape Only Respirator


Florida, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

SOURCES SOUGHT NOTICE:

THIS IS NOT A NOTICE OF REQUEST FOR Quotations BUT INFORMATION AND PLANNING PURPOSES ONLY!  

It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.

Please use 4200691847 to reference any written responses to this notice.

NASA/John F. Kennedy Space Center anticipates a requirement that is being considered under all interested parties, including Small Business, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for determining the appropriate level of competition.

The North American Industry Classification Systems (NAICS) Code proposed 339113, Respiratory Protection Mask Manufacturing and the size standard for this NAICS is 750 employees. The FSC is 4240, Safety and Rescue Equipment.

The requirement is to provide the following:

Escape Only Respirator (EOR) 

Specifications:

·         Hood shall have elastic or stretch material at opening (no draw strings)

·         Hose attachment on hood must not have any foam parts

·         No nose cups, bags only

·         Hood replaceable by itself, not part of the hose assembly

·         Hose must be detachable from hood without use of tools

·         Hose must be detachable form valve body

·         Valve Body shall include a stand-alone fill port

·         Unit weight: 11 pounds maximum

·         Unit height: 18 inches maximum with valve

·         Flow rate: 35 liters per minute (LPM) minimum

·         Pressure: 4,500 psi maximum

·         Flow duration: 10 minutes minimum at flow rate of 35 LPM

T      The cylinder shall be made of aluminum

·         Cylinder preparation shall be in accordance with CGA/GAS G-7.1

·         NIOSH Certified


 

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation exists; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.

Any information submitted by respondents to this sources sought notice is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.

Responses may be submitted electronically to the following e-mail address: allyson.grooms@nasa.gov

RESPONSES ARE DUE NO LATER THAN 03/22/19 by 1:00 PM EST.


 


Allyson Grooms, Contract Specialist, Email allyson.grooms@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP