SOURCES SOUGHT
61 -- SOURCES SOUGHT NOTICE For 100 and 200 kW Tactical Quiet Generator (TQG) Sets, 50/60 Hz.
- Notice Date
- 7/8/2010
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-10-Q-1005
- Response Due
- 8/19/2010
- Archive Date
- 10/18/2010
- Point of Contact
- Danny Lester, 703-704-0818
- E-Mail Address
-
CECOM Contracting Center,Washington (CECOM-CC)
(danny.lester@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army, CECOM Contracting Center Washington is performing a market survey on behalf of the US Armys Office of the Project Manager Mobile Electric Power (PM-MEP) to locate sources who have available, or have the capabilities to develop, 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 and Technical Data Packages (TDPs): PD 6115-0115/1- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 100 Kilowatts, 50/60 Hz, TDP 0116-1000; and TDP 30554-0116-1000. PD 6115-0115/2- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 200 Kilowatts, 50/60 Hz, TDP 0116-2000; and TDP-0116-2000. The required delivery schedule shall be NLT 240 days after receipt of a production order; and, the required delivery quantities shall be a maximum of up to 100 units (any combination of set sizes) per month. 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 until contract completion in 2014. PD 0115 requires a First Article Pre-production model Qualification Inspection/Test in accordance with Section 4.3 prior to Production Release. FAR Clause 52.209-3 combined Government and Contractor Testing are applicable. All potential suppliers, other than DRS Fermont, would be required to conduct the FA Pre-production Qualification Inspection/Test in accordance with PD 0115. Testing will be as specified in paragraphs 3.2, 4.3 and 6.5.PD 0115 requires production conformance inspection in accordance with PD 0115 paragraph 4.6, and application of CARC paint with camouflage patterns. Potential Suppliers must be capable of assembly, conformance inspection testing, CARC painting and delivering production units in the required timeframe and quantities as stated above. All responses to this Sources Sought Notice should include 1) a statement and confirmation of ability to deliver production units in accordance with PD-0115 and within the required 240 day production lead time to include First Article pre-production qualification testing as applicable, 2) a statement of combined production capacity by month with a listing of all manufacturing 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 4.6 with a listing of all test facilities and equipment necessary to demonstrate compliance with the monthly delivery requirements, and 4) a statement of CARC paint capacity and experience. All responsible sources are requested to submit a response to this market research not to exceed 10 pages, and should include, in addition to the above requested statements, a descriptive literature of the product and contractors facility and staff; and contractors North American Industry Classification System (NAICS) small business size status. The supporting literature must be in sufficient detail to enable the Government reviewer to determine if the potential vendor either has the required production capabilities and production qualifications required for this effort. The small business size standard is 1,000 employees for the North American Industry Classification System (NAICS) Code 335312. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This notice is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received; however, the information will be used in PM-MEPs assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Responses are to be submitted via e-mail to danny.lester@us.army.mil, within 30 calendar days of the date of this notice. Please use the EMAIL SUBJECT: Contractor Name TQG 100 and 200 kW. E-mail shall be limited to 20MB. For technical questions please contact Mr. William Merrill, Phone: 703-704-3209 and email: william.merrill@us.army.mil; or Mr. Michael Yauss, Phone: 703-704-2360 and email: michael.yauss@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86830b48036d5ed7bb19589aa20e737c)
- Place of Performance
- Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02199998-W 20100710/100708235503-86830b48036d5ed7bb19589aa20e737c (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 |