Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOURCES SOUGHT

61 -- Emergency Power Equipment Market Survey

Notice Date
8/20/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_63DE6
 
Response Due
9/10/2008
 
Archive Date
9/25/2008
 
Point of Contact
Point of Contact - Bill Tobin, Contract Specialist, 843-218-5950<br />
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is solicitinginformation from potential sources to conduct a set-aside for 8(a), HUBZone, or Service-Disabled-Veteran-Owned small businesses for emergency power equipment. Vendors should be authorized resellers/distributors of manufacturers to include: Eaton, Libert, Mitsubishi, Siemens, Toshiba, GE, Caterpillar, Cummings, John Deere, Detroit Diesel, Koler and Genrac and others as required for equipment such as the following: Uninterruptible Power Supplies (UPS) multiple sizes and types Generators multiple sizes and types Transformers multiple sizes and types HVAC Switchgear and Power distribution Pannels Auto Transfer switches multiple sizes and types Incidental Installation Services This is a new requirement that may encompass a wide range of emergency power equipment. The above list is a sample of this type of equipment SPAWAR has acquired in the past. The list is NOT intended to represent an all inclusive list of the equipment SPAWAR will acquire through this procurement. It is anticipated that a solicitation will be issued for a multiple award, indefinite-delivery, indefinite-quantity, firm-fixed-price type contract for a base period of one year with four one- year option periods. Firms are invited to submit the following documentation to support they posess the specialized experience/requirements in the following areas: (1) Documentation, literature, brochures, and references regarding existing authorized reseller/distributor agreements with the stated manufacturers. (2) Written assurance to the Government that appropriate safeguards are in place with all offeror equipment that validates its authenticity that will ensure equipment is not counterfeit. (3) Documentation pertaining to additional manufacturer reseller agreements that you hold for similar equipment. (4) Demonstrated capability to execute orders that exceed $1,000,000.00. Maximum page limitation is twenty (20) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to william.tobin@navy.mil. 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, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned Business, and/or Service-Disabled-Veteran- Owned; (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). NOTE REGARDING SYNOPSIS: 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, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a Small Business set-aside or 8(a) set-aside. The applicable NAICS code is 423610 with a size standard of 100 employees. The Closing Date for responses is 10 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f98bce0e6816b0759e2d97238cbf1d28&tab=core&_cview=1)
 
Record
SN01646492-W 20080822/080820223000-f98bce0e6816b0759e2d97238cbf1d28 (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.