Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
SOLICITATION NOTICE

59 -- Synopsis for the procurement of a new Mobile Load Bank

Notice Date
11/21/2008
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-09-R-0034
 
Response Due
12/22/2008
 
Archive Date
1/6/2009
 
Point of Contact
Michael R. Sommeling,, Phone: 7323231862, Cindy A Scheper,, Phone: 732-323-2408
 
E-Mail Address
michael.r.sommeling@navy.mil, cindy.scheper@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS The Naval Air Warfare Center Aircraft Division is seeking sources to manufacture, assemble test/inspect and/or produce a new Mobile Load Bank (MLB) in order to replace the following current load banks: MLB-1 (NIIN: 00-571-7719) and DA-675 (NIIN: 00-258-3140). The new MLB shall be modified Commercial-Off-The-Shelf (COTS) unit and will be required to operate on air capable ships and shore sites. It shall be self-contained, ruggedized trailer-mounted, modular, with easily accessible power input connections. As required for any typical Navy Support Equipment (SE), the new MLB shall be highly reliable, maintainable, and supportable. The MLB shall be capable of both resistive and reactive load testing of shipboard/landbased power units (MEPPs, MMGs, Frequency Converters, etc.) producing 115/200 VAC, 3 phase, 400Hz (150 KVA continuous output); 28 VDC (42 KW continuous output); and 270VDC (120 KW continuous output). The unit shall have the capability for incremental step loading. The minimum overload capability shall be 150% for 5 minutes and 200% for 5 seconds. It shall operate in ambient temperatures from -20 deg F to 125 deg F. The MLB shall be no taller than 42” high and have a minimum ground clearance of 7.5 inches. Additionally it is preferred that the dimensions do not exceed 58” wide and 112” long. It shall be transportable in military aircraft (C-130, C-17 and C-5). It shall be capable of meeting environmental, shipboard shock, vibration, EMI and mobility requirements. Human factors engineering shall be utilized to the greatest extent possible to make the new MLB a “user friendly” piece of SE. The government will be requesting a complete logistics package to support this unit. The logistics package will include Technical Manuals, Supply Support, Supportability Analysis Plan, Bill of Materials, Training and Warranty. The Government intends to use a Best Value source selection evaluation criteria and award a Firm Fixed Price (FFP) Indefinite Delivery – Indefinite Quantity (IDIQ) type contract consisting of a one (1) year base with three (3) ordering periods. The required basic quantity is for five (5) Preproduction or First Article Units. There will be (3) three ordering periods in which a total of up to an estimated 300 additional units can be ordered. Information pertaining to the evaluation criteria will be forthcoming as part of the solicitation (in sections L and M). This procurement is 100% SMALL BUSINESS SET-ASIDE. The solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business” and then “Open Solicitations.” Look for amendments on the web page. Hard copy of solicitations and amendments will NOT be mailed to contractors. The solicitation will be posted on the web, on or about 20 January 2009. The Government will not accept electronic offers. The applicable Statement of Work and Performance Specification will not be available until after release of the solicitation. The point of contact is: Mr. Michael R. Sommeling, phone (732) 323-1862, facsimile: (732) 323-2359, e-mail: michael.r.sommeling@navy.mil or Ms. Cindy Scheper, phone (732) 323-2408, facsimile: (732) 323-2359, e-mail: cindy.scheper@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f202acc9d4a0610d5ad75db248d21c51&tab=core&_cview=1)
 
Record
SN01708731-W 20081123/081121215407-f202acc9d4a0610d5ad75db248d21c51 (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.