Altitude Chamber with MIL-STD 810 Rapid Decompression Capability
ID: W911S6-24-Q-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-DUGWAY PROV GRDDUGWAY, UT, 84022-5000, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT (6636)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the design, fabrication, delivery, and installation of an Altitude Chamber with MIL-STD 810 Rapid Decompression Capability at Dugway Proving Ground in Utah. The contractor will be responsible for providing all necessary personnel, equipment, materials, and services to meet the technical specifications, which include advanced temperature and altitude control systems, rapid cooling and heating capabilities, and stringent safety features. This project is crucial for enhancing environmental testing capabilities, supporting rigorous research and development efforts in various applications. Proposals are due by September 11, 2024, with an anticipated delivery date of September 24, 2025. Interested parties can contact Nicholas J. Rowton at nicholas.j.rowton.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the design, fabrication, delivery, and installation of an Altitude Chamber adhering to MIL-STD 810H Rapid Decompression Capability specifications. The government agency, Dugway Proving Ground, requires contractors to provide all necessary personnel, equipment, materials, and services to meet the technical requirements detailed in the document. Key sections include specifications for chamber dimensions, temperature and altitude performance, refrigeration, heating systems, and safety features. The awarded contract's total amount is not specified, but proposals are due by September 11, 2024, with an anticipated delivery date of September 24, 2025. The document emphasizes the importance of contractor compliance with various federal regulations, including small business certifications. The awarded contractor will be responsible for ensuring the chamber meets specified performance criteria and is safe for operation. Overall, this RFP illustrates the government's commitment to enhancing operational capabilities through advanced environmental testing equipment, while ensuring compliance with safety and regulatory standards.
    The Altitude Chamber project entails the design and construction of a chamber with rapid decompression capabilities compliant with Mil-810H standards. It will feature specific dimensions for fit within facility restrictions and incorporate advanced temperature and altitude control systems. The performance specifications include a temperature range from -65°C to 100°C, a rapid cooling and heating capacity of 100°C to -65°C in 55 minutes, along with altitude control allowing adjustments from sea level to 100,000 feet. The chamber's construction will prioritize durability and safety, using high-grade stainless steel and advanced refrigeration systems employing non-toxic, ozone-friendly refrigerants. Safety features include redundant temperature controls, pressure relief valves, and specific motor protection systems. The responsibilities for installation and operational training fall on both the award recipient and the government entity, ensuring successful commissioning of the chamber. The project aims to enhance testing capabilities for altitude and temperature, providing rigorous conditions necessary for various applications, reflecting the government's dedication to cutting-edge research and development in relevant fields.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Improved Environmental Control Units (9K/18K/36K IECU’s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Portable 30 Ton AC Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Portable 30 Ton Air Conditioning Unit as part of a Combined Synopsis/Solicitation. The procurement requires that the unit meets specific technical specifications, including a minimum cooling capacity of 30 tons, electrical requirements of 480 VAC, and size limitations not exceeding 12 feet in width, 12 feet in length, and 6 feet in height. This equipment is crucial for maintaining operational efficiency at the facility, and the selected contractor must provide detailed technical proposals, including as-built drawings and operational manuals, along with a warranty period of at least one year against defects. Interested parties must ensure they are registered and active in the System for Award Management (SAM) and submit their signed proposals by September 23, 2024, at 10:00 AM Central Daylight Time. For further inquiries, contact Casey Pratt at casey.p.pratt.civ@army.mil or call 918-420-7407.
    Solicitation Thermal Shock Chamber
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Thermal Shock Chamber to enhance its battery testing capabilities at the Electronics Product Test Center in Columbus, Ohio. The procurement includes a new dual-zone thermal shock chamber with specific temperature ranges, necessary accessories, and two days of training for personnel, all aimed at meeting rigorous testing standards for military applications. This equipment is critical for conducting first article testing on batteries, ensuring compliance with military specifications and supporting defense activities. Interested vendors should submit their offers, including completed representations and certifications, to Adam Steele at Adam.Steele@dla.mil, with the contract expected to be awarded promptly following the submission period.
    NTC 25-02 Tents Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the provision of various tents to support military operations at Fort Irwin, California. The procurement includes one 4,000 SQFT tent without utilities, two 7,500 SQFT sleeping tents equipped with power, HVAC, and lights, and one 800 SQFT sleeping tent with utilities, all required for an Armored Brigade Combat Team during a training rotation. This contract is a total small business set-aside, emphasizing the importance of small businesses in fulfilling critical military infrastructure needs, with a performance period from October 8 to November 27, 2024. Interested vendors must submit their quotes by 11:30 AM Eastern Time on September 23, 2024, and direct any inquiries to Dale Patterson at dale.v.patterson.mil@army.mil or SSG Ben Shepherd at benjamin.p.shepherd2.mil@army.mil.
    Extractor Arm Exhaust Systems - Snokel Vent Tubes
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the establishment of a Blanket Purchase Agreement (BPA) for Extractor Arm Exhaust Systems, specifically Snorkel Vent Tubes, intended for the Walter Reed Army Institute of Research (WRAIR) in Silver Spring, MD. This procurement is set aside for small businesses and includes a site visit scheduled for August 12, 2024, to facilitate understanding of the requirements prior to proposal submission. The Extractor Arm Exhaust Systems are critical for maintaining air quality and safety in laboratory environments, underscoring their importance in supporting military health research. Interested vendors must submit their proposals by August 29, 2024, and direct any inquiries regarding the site visit to Rebecca Wisner at rebecca.c.wisner.civ@health.mil, with questions due by August 14, 2024.
    MILO Range Theater Interactive Judgment and De-Escalation Simulator
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking to procure a MILO Range Theater 180 Interactive Judgment and De-Escalation Simulator to enhance training capabilities for law enforcement and military personnel. This procurement aims to replace an outdated training system with a comprehensive simulator that offers over 900 scenario options for de-escalation and crisis intervention training, addressing the evolving challenges in law enforcement training. Interested contractors must submit their written quotes by email by 11:00 AM MST on September 25, 2024, and ensure registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Nneka Okeke-Stubbs at nneka.okeke-stubbs.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    DPG WDTC Light Tower
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking bids for the procurement of a towable light tower under solicitation W911S6-24-Q-0039. The light tower must meet specific requirements, including a 1.5L Turbo engine, a 100-gallon fuel capacity, a hydraulic mast that extends to 26’10”, and integrated LED lighting, making it essential for operations at the West Desert Test Center. This procurement is a total small business set-aside under NAICS code 336212, with quotes due by 10:00 AM MST on September 23, 2024, and delivery expected within 60 days after order receipt. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Mark Pratt at mark.s.pratt4.civ@army.mil or by phone at 435-831-2094.