Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOURCES SOUGHT

30 -- Sources Sought - Power Distribution Illumination System Electrical (PDISE) Rebuy Production

Notice Date
12/22/2011
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
ACC-APG (C4ISR)-DC, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-R-G001
 
Response Due
1/23/2012
 
Archive Date
3/23/2012
 
Point of Contact
Danny Lester, 703-704-0818
 
E-Mail Address
ACC-APG (C4ISR)-DC
(danny.lester@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Project Manager Mobile Electric Power (PM MEP) that have available, or have the capability to manufacture, test and deliver Power Distribution Illumination Systems (PDISE) using Government furnished Technical Data Packages. Potential sources must have the capability to effectively interpret detailed government specifications and product drawings to assemble and conduct production conformance test requirements (in accordance with Mil-Std-705 Test methods) as ordered. PDISE is a family of power distribution equipment which transmits electrical power between military generator sets and using equipment. The PDISE family consists of five packages; 40 ampere and 60 ampere distribution boxes, 100 ampere and 200 ampere feeder boxes (all with associated cabling); and a Utility Receptacle and Lighting Kit. General information regarding PDISE can be viewed at www.pm-mep.army.mil. The estimated quantity of PDISEs is a total of 15,000, inclusive of all five packages over a five production year period from calendar year 2014 through 2018 with a delivery rate of approximately 250 per month. Peak rate may be 375 per month. Interested parties with the capabilities to satisfy the above and meet the PDISE production requirements should submit a white paper, not to exceed 10 pages, describing the contractor's experience in fabricating products from government product drawings & specification and testing of power distribution equipment, organizational capabilities and a Rough Order of Magnitude (ROM) unit cost for potential future government procurements. Additionally, your company's response should include a complete discussion of your ability to meet the above stated requirements and capabilities, facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware and data, or the capabilities and production qualifications required for this production effort. Responses should also include a cover letter (not included in the page count) providing: 1. A point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 1,000 employees for the North American Industry Classification System (NAICS) Code 335312. Additionally, responders should include direct answers to the following questions: a. Are you planning on being a Prime or a Subcontractor? If a Prime (continue to question b) b.If you are a small business and plan to be a prime please inform how you will meet the limitations on subcontracting Clause 52.219-14? c.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? d.The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e.If you are a small business, can your company sustain the effort if not paid for 90 calendar days? f.Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? g.Has your Company performed this type of effort or similar type effort (to include size and complexity) before, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 3. Cage Code and Duns Number If you company holds a GSA Schedule contract (874 or other), please provide the Schedule number. PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. 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 Mr. Danny Lester at danny.w.lester.civ@mail.mil, within 10 calendar days of the date of this notice. Please use the EMAIL SUBJECT: Contractor Name PDISE Rebuy Production. E-mail shall be limited to 10MB. For technical questions please contact Ms. Ohmar Win at ohmar.win.civ@mail.mil; or Mr. Oral Walker, Phone: 703-704-0892 and email: oral.d.walker.civ@mail.mil. Contracting Office Address: ACC-APG (C4ISR)-DC, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: ACC-APG (C4ISR)-DC ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA 22060-5863 US Point of Contact(s): Mr. Danny Lester, 703-704-0818
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6871a9d356ddce720c609c57d777855e)
 
Place of Performance
Address: ACC-APG (C4ISR)-DC ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02644841-W 20111224/111222234926-6871a9d356ddce720c609c57d777855e (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.