Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2003 FBO #0550
SOLICITATION NOTICE

61 -- Electrical power distribution buss (buss ducts) for use with the USMC new containerized Field Food Service System (FFSS).

Notice Date
5/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps), ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-R-TBD-BUSS DUCT
 
Response Due
7/14/2003
 
Archive Date
9/12/2003
 
Point of Contact
Thomas Bouchard, (508) 233-4026
 
E-Mail Address
US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps)
(Thomas.Bouchard@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The U.S. Army Robert Morris Acquisition Center – Natick Contracting Division (NCD) in support of the U.S. Army Soldier Systems Center (SSC) and the United States Marine Corps (USMC), has a requirement for a commercial electrical power distribution bus s (buss ducts) for use with the USMC new containerized Field Food Service System (FFSS). The FFSS consists of one (1) Marine Rapid Deployment Kitchen (MRDK) and one (1) Field Sanitation Unit (FSU). The buss duct should distribute sufficient power to fully operate the complete FFSS for its entire operational cycle. The minimum operational cycle time period is approximately eight hours per day, while the expected operational cycle time period is 24 hours per day. The FFSS will normally be employed as a com plete system. However, some operational scenarios may require the system to be separated into its two components. The buss duct must be able to supply power to the complete FFSS, as well as to the MRDK and FSU operating independently of one another. The M RDK or FSU operating independently of one another means that only one of the two components would be equipped with the buss duct. All power is three phase, and electric cables that connect to the buss duct are provided with the cable ends bare. The MRDK and FSU maximum power draw is 198 KW, 144KW for the MRDK and 54KW for the FSU. The MRDK has four individual electrical cables and a separate ground. The FSU has a four-cable bundle and a separate ground. The buss ducts shall have the capability to accom modate (connect) three 100 Kilowatt (KW) or three 60 KW Marine Corps generators in parallel and simultaneously distribute and deliver sufficient power to fully operate the entire FFSS or each subsystem (MRDK/FSU) independently. Both the 100 KW and 60 KW ge nerators are three phase, 120/208 volts, 60 Hertz, and four wires and a ground will connect from the generators to the buss duct. Candidate buss duct will also include a 60KW output for a refrigeration box when the buss duct is operating in the three 100 KW generator configuration. This requirement is a 100% Small Business Set-aside. The applicable North American Industry Classification System (NAICS) Code is 335999, small business size standard is 500 employees. Firms shall not be reimbursed for any cost s associated with proposals. The Government intends this procurement to be a commercial item acquisition utilizing both, Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and FAR SUBPART 13.5 Test Program for Certain Commercial I tems. The Government envisions that a single Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded as a result of the Request for Proposal with one 5-year ordering period. The Government envisions one CLIN for the b uss duct. It is anticipated that the Minimum Guaranteed will be 18 each buss ducts, with a Maximum of 80 each buss ducts. It is anticipated that as part of any evaluation, the Government will visit the manufacturers to inspect and witness the operation of an offeror’s proposed buss duct. The Government reserves the right to make any changes to this information upon release of the solicitation. In accordance with FAR 5.102(d), when released, the solicitation, including all amendments, and applicable do cuments will only be available in electronic medium at the US Army RMAC-NCD web page at https://www3.natick.army.mil. NOTE: THIS IS NOT THE SOLICITATION. The Request For Proposal (RFP) will be issue on or about June 13, 2003, with proposals due on or about 12:00pm, July 14, 2003 at the U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, Attn: AMSSB-ACC-NS (Thomas Bouchard), Kansas St, Natick, MA 01760. The point of contact is Thomas Bouchard, at E-mail: thomas.bouchard@natick.army.mil. See Note 1.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD16/DAAD16-R-TBD-BUSS DUCT/listing.html)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps) ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00337481-F 20030602/030601090350 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.