SOURCES SOUGHT
61 -- Sources Sought Notice for the 100 and 200 KW Tactical Quiet Generator (TQG) Sets, 50/60 hZ, 120/208, 240/416 VAC
- Notice Date
- 1/4/2007
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-07-R-A003
- Response Due
- 1/18/2007
- Archive Date
- 3/19/2007
- Small Business Set-Aside
- N/A
- Description
- This is a Market Survey to locate potential sources of supply for the 100 and 200 kW Tactical Quiet Generator (TQG) Sets, 50/60 Hz in accordance with Purchase Description (PD) 6115-0115, dated 30 March 2005; and, the following specification sheets: PD 6115-0115/1- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 100 Kilowatts, 50/60 Hz PD 6115-0115/2- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 200 Kilowatts, 50/60 Hz The current source for these units is DRS Fermont, CAGE 93742; under C-E LCMC contract DAAB07-00-D-B207. Orders may be placed on this contract through 20 March 2014. The Government anticipates award of a new, 2 year, indefinite delivery indefinite quant ity type contract with orders to be placed on a firm fixed price basis in July 2007. The Government does not possess technical data packages (TDPs) that completely define form, fit and function (F3) of the items required, drawings are currently DRS propri etary. Applicable TDPs are specified in Paragraph 2.1 of each respective Specification Sheet. The required delivery schedule will be a maximum of up to 100 units (any combination of set sizes) per month with the initial delivery at eight months after receipt of order. The minimum guaranteed initial order is 50 units, combined, all set sizes. For subsequent orders, it is intended that deliveries will continue at a minimum monthly rate of 30 combined (all set sizes) units. The intent is for continuous production of units over a period of two years. The minimum quantity limit combined all set sizes , for this contract is estimated to be approximately 720 units and the maximum quantity limit is estimated at 2200 units. PD 0115 requires a Pre-production First Article (FA) test in accordance with Section 4.0. FAR Clause 52.209-3 First Article Approval Contractor Testing is applicable. All suppliers, other than DRS Fermont, would be required to conduct a FA in accorda nce with PD 0115. Testing will be as specified in paragraphs 3.2 and 4.3. PD 0115 requires production conformance inspection in accordance with PD 0115 paragraph 4.5, and application of CARC paint with camouflage patterns. Potential Suppliers capable of assembly, conformance inspection testing, CARC painting and delivering production units in the required timeframe and quantities as stated above must so indicate, by writing to PEO C3T, PM, Mobile Electric Power (MEP), 102005 Burbeck Road, Suite 105, Fort Belvoir, VA 22060-5863, email mailto:michael.yauss@us.army.mil The response should include 1) a statement and confirmation of 240 day production lead time capability to include First Article pre-production testing as applicable, 2) a statement of combined production capacity by month with a listing of all manufacturin g and assembly equipment and other necessary facilities to demonstrate capability with the monthly delivery requirements, 3) a statement of production conformance inspection capacity in accordance with PD 0115 paragraph 4.5 with a listing of all test facil ities and equipment necessary to demonstrate compliance with the monthly delivery requirements, 4) a statement of CARC paint capacity and experience to demonstrate compliance with monthly delivery requirements and 5) and production quantity ranges for pric e breaks if applicable. The Government will not pay for information submitted. All proprietary and restricted information shall be clearly marked. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. Submit via electronic mail no later than close of business on 18 January 2006. All technical questions should be directed to Mr. Michael Yauss at mailto:michael.yauss@us.army.mil. No telephone inquiries or requests will be honored.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01205274-W 20070106/070104220659 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |