Inactive
Notice ID:FA700024QCompressorMaint
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in r...
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Notice ID number is FA700024QCompressorMaint and shall be used to reference any written responses to this source sought. The United States Air Force Academy (USAFA) is conducting market research to determine business size and competition. The North American Industry Classification Systems (NAICS) Code proposed is 811310. The size standard for this NAICS Code is $12.5M. The requirement is for maintenance on the compressor system that supplies high-pressure air to the Trisonic Wind Tunnel. The system comprises of two separate Ingersoll Rand rotary screw compressors and one Ingersoll Rand reciprocating compressor. Maintenance needs are specific to the type of compressor. The maintenance requirement has the minimum salient characteristics: Two rotary screw compressors (Ingersoll Rand Model SSRHXPE300-2S): • Replacement of the air filter • Replacement of the oil filter • Replacement of the separator tank Reciprocating compressor (Ingersoll Rand PH273 booster compressor): • Replacement of the oil filter • Replacement of the in-line filter • Replacement of the lubricant Include in your capabilities package email a complete UEI Number, Cage Code Number, System for Award Management Registration Socio-Economic categories, and expiration date, and the capabilities the company currently has to accomplish the requirement, along with any related specifications/drawings. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Please note: All contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: andrew.richardson.25@us.af.mil and kristin.heikkila@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE REQUESTED NO LATER THAN (NLT): 12 August 2024 NLT 2:00pm MDT. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.