Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2008 FBO #2292
SOURCES SOUGHT

58 -- Uninterruptible Power Supply

Notice Date
3/4/2008
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_596F6
 
Response Due
3/25/2008
 
Point of Contact
Point of Contact - Donald Bickford, Contract Specialist, 843-218-5949
 
E-Mail Address
Email your questions to Contract Specialist
(don.bickford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center Charleston (SPAWARSYSCEN Charleston) is soliciting information from potential sources to provide Uninterruptible Power Supply (UPS). This customized Uninterruptible Power Supply (UPS) is a true on-line UPS that provides input power conditioning, power conversion, and system power sustainment for the Sensor Monitoring Group (SMG) of the Ground Sensor Surveillance Vehicle (GSSV). The UPS shall a rack-mountable (19-inch), all- weather unit capable of accepting global Alternating Current (AC) voltage and frequency, in addition to various military Direct Current (DC) voltage sources. The UPS shall have an auto- ranging voltage input for both AC and DC external inputs. The UPS shall not exceed 5.25 inches tall by 24 inches deep in size and 100 pounds in weight. The UPS shall be designed to meet the requirements of the attached sub-system specification (UPS Subsystem Specification). The procurement will be for one (1) base year with two (2) one year option periods. A Firm-Fixed-Price type contract is anticipated. The NAICS code is 335999 with a size standard of 500 employees. NOTE: This notice is for planning purposes only. Responses shall be submitted to the Contracting Specialist, Don Bickford via e-mail to don.bickford@navy.mil. by 25 March 2008. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address;and (6) DUNS Number if available. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET- ASIDE BASED ON RESPONSES HERETO. This market survey closes on 25 March 2008.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=CED0E2AC45A328EF882574020068EB52&editflag=0)
 
Record
SN01523870-W 20080306/080304225629 (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.