Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2007 FBO #2214
SOURCES SOUGHT

J -- On-site Generator Maintenance, Troubleshoot, Overhaul and Repair Services

Notice Date
12/17/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060408TGENM
 
Response Due
12/31/2007
 
Point of Contact
Marisha Catian 808-473-7543
 
Description
This is a SOURCES SOUGHT NOTICE for information and acquisition planning purposes. This does not constitute a request for proposal, request for quote, and invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Fleet and Industrial Supply Center, Pearl Harbor, Regional Contracting Department is seeking potential sources that can provide on-site maintenance, troubleshooting, overhaul and repair services for two (2) 2000kW generators and its associated paralleling switchgear installed at the Terminal High Altitude Area Defense (THAAD) Radar Hardstand, and one (1) 200kW generator installed at the THAAD Mission Control Blockhouse located at the Pacific Missile Range Facility (PMRF), Barking Sands, Hawaii. Situated on the Island of Kauai as the largest instrumented, testing and training range in the world, PMRF provides a platform to train, develop, test and evaluate surface, air, and sub-surface weapons a nd advanced technology systems for the U.S. military. PMRF provides the full spectrum of instrument range support, data processing, weapon launching, and recovery facilities. The contractor shall provide comprehensive service to ensure a minimum of generator down time/failure is experienced with zero downtime during mission critical tests and exercises. This includes providing all labor, tools, instruments, test equipment, and transportation needed to perform all required generator maintenance, troubleshoot, overhaul and repair services. This involves timely responses to scheduled and unscheduled service calls; performance of firm fixed price routine minor repairs or replacements; and optional work for major repairs or replacements on the generators and switchgear. During Mission critical periods, the contractor shall provide immediate response by providing a fully trained, experienced technician on-site within four (4) hours of notification by the Government. ?Missio n critical? is defined as a time period where facility operations requ ire a fully operating generator, either on standby or on-line. Currently each ?Mission Critical? period lasts for two (2) weeks and occurs four (4) times per year. ?Non-mission critical? is defined as a time period during which only routine operations exist at the facility and no mission activity is being conducted. The condition of the generators are as follows: Original Date Put Into Service ? April 2005; Average Annual Operating Hours (usage) ? 2,300 generator hours; Average Estimated Load Factor ? 45 percent; Major Repairs ? none to date; Failures While In Service ? none to date; Preventive Maintenance (PM) History ? current maintenance is provided by a Caterpillar authorized dealer and expires December 2007; Warranty History ? current extended warranty service (Caterpillar Platinum Extended Service Coverage (ESC)) is provided by a Caterpillar authorized dealer and expires April 2008. The applicable NAICS code is 335312 and the Small Business Standard is 1,000 emplo yees. The anticipated term of a contract award will be a one (1) year base period with a maximum term of five (5) years. Interested sources shall submit a capabilities statement by December 31, 2007 via e-mail to marisha.k.catian@navy.mil or facsimile transmission to 808-473-5750. The capabilities statement shall include the name and address of your firm, business status, point(s) of contact, including telephone number and e-mail address, a brief company profile, and your capability to perform the services described herein. The purpose of this notice is to identify potential sources and their capabilities. THIS NOTICE IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS, AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE AND ANY FOLLOW-UP INFORMATION REQUESTS. Submittals furnished will not be returned to the sender. Interested parties should be alert for subsequent announcements that may be published at www.neco.navy.mil an d www.fedbizopps.gov.
 
Record
SN01471377-W 20071219/071217224141 (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 |
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.