Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOURCES SOUGHT

30 -- Small Tactical Electrical Power (STEP)

Notice Date
9/13/2013
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-13-Q-STEP
 
Response Due
10/15/2013
 
Archive Date
11/12/2013
 
Point of Contact
MICHELLE HODGES, 703-704-0846
 
E-Mail Address
ACC-APG - Washington
(michelle.l.hodges10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Program Manager-Mobile Electric Power (PM-MEP) that have available, or have the capability to manufacture, test, and deliver, 2 kW and/or 3kW 120 VAC 60Hz generator sets meeting the following Government requirements: Rated Output - Mil-Std-1332B Utility Class 2C at 50/60Hz or 400Hz Output - 1 phase 120v, 1 Phase 120/240v Audible Signature - less than 72 dBA at 7m (2kW), less than 69 dBA at 7m (3kW) Electrical Performance - Rated load at 1000ft and 107 F Start less than 5 min with or without battery under any of the following conditions - Electric start -50 to 125 F any humidity, manual start 20 to 120 F any humidity, less than 33lbs. pull force Operating - JP 8 Up to 8000 ft MSL Up to 15 deg inclination Rain at any angle up to 5 in per hour Up to 355 BTU/ft2 solar radiation Up to 140 mg/m3 sand/dust particles Wind gusts to 95 ft/s Ice glaze and freezing rain up to 0.5 in accumulation Salt fog or sea spray environment After 5 min warm-up, operate at rated load continuously Derating from operating at 1000 ft and 107 F - Rated load derated up to 3.33% for each additional 1000 ft Derating, 10% at 4000 ft and 95 F Derating less than 23.3 % at 8000 ft and 95 F Reliability - MTBF greater than 750 hours MTBCF greater than 1500 hours Life greater than 6000 hours Repair Time - less than 0.5 hrs unscheduled maintenance Electromagnetic Interference - less than UM04 for class C2 of Mil-Std-461C Total Operational Weight - less than 142 lbs (2kW) less than 324 lbs (3kW) Fuel Capacity - supports 8 hrs. at rated loaded, up to 15 deg inclination Fuel Consumption - less than 0.24 gal/hr (2kW), less than 0.32 gal/hr (3kW) Air Transport - w/in C130 w/out special preparation Survive Low Velocity Air Drop (LVAD) Mil-Std-814D Additional Requirements - Auto Star Capability 3kW The Estimated total quantity of 2 kW generator sets is 7,200 over a five production year period from calendar year 2018 through 2023, with an average delivery rate of 144 sets per month. The estimated total quantity of 3 kW generator sets is 14,500 over a five period from 2018 through 2023, with an average delivery rate of 290 sets per month. Interested parties with the capabilities to satisfy the above and meet the 2kW and/or 3kW sets production requirements should submit White Papers, not exceeding 15 pages in length, describing the Contractors ability to meet the above stated requirements and capabilities, facility availability, staffing capabilities and a Rough Order of Magnitude (ROM) unit cost for potential future Government procurements. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor has the required product, data, capabilities and production qualifications required for this production effort. Responses should include a cover letter (not included in the page count) providing: 1.Point of Contact (POC) 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 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, how 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, POC, e-mail address, phone number, and a brief description of your direct support of the effort. h.Does your firm possess an approved Defense Contract Audit Agency DCAA) accounting system? 3.Cage Code and Duns Number. If your company holds a GSA Schedule contract, 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 the information submitted. No contract award will be made on the basis of responses received; however, the information will be used in the assessment of capable sources. If a formal solicitation is generated at a later date, a solicitation notice will be published. It is desirable that data be received with unlimited rights to the Government. However, the Government recognizes 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. Contractors shall provide all information being requested in this notice no later than close of business on 15 October 2013 by electronic mail at no cost to the Government. All requests for further information must be in writing and via e-mail; telephonic requests for additional information will not be honored. Please use the EMAIL SUBJECT: Contractor Name, STEP Market Research. E-mail shall be limited to 10MB. You may forward requests for additional information and/or responses to Michelle Hodges, Contract Specialist at: michelle.l.hodges10.civ@mail.mil. Acknowledgement of receipt will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0c844578baeac1a90db6f4570b1da5d)
 
Record
SN03187178-W 20130915/130913235243-d0c844578baeac1a90db6f4570b1da5d (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.