Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2013 FBO #4352
DOCUMENT

J -- Maintenance, Repair, Overhaul and Rebuilding of transportable primary and secondary substations for the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC)MUSE Division - Attachment

Notice Date
10/22/2013
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
Solicitation Number
N3943014R1402
 
Response Due
11/21/2013
 
Archive Date
1/21/2014
 
Point of Contact
UTC(SCW) Jayson Hansen, Technical POC, email:jayson.hansen@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT NOTICE IS AN ADVANCE NOTICE FOR INFORMATION, MARKET RESEARCH, AND PLANNING PURPOSES ONLY. NO SOLICITATION IS AVAILABLE AT THIS TIME. INTRODUCTION: The Mobile Utilities Support Equipment (MUSE) Division of Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, CA., has a requirement to continually maintain a ready fleet of transportable primary and secondary substations to support the Navy, Marine Corps and other Department of Defense (DOD) components worldwide. PURPOSE: MUSE seeks to have a service contract to overhaul transportable primary and secondary substations. This requirement applies to outdoor type, skid and trailer mounted substations rated from 1,500 kilovolt-amp (kVA) to 5,000 kVA. Voltage class ranges are 120/208 V, 480/277 V, 5 kV, and 15 kV. The combination of voltages will be specified in each Delivery Order. The primary objective is to extend the life cycle of the substations through modernization by component overhaul, retro-fit or reconfiguration in order to meet current industrial/ commercial standards and codes. REQUIRED CAPABILITIES:The Offeror shall submit a Capabilities Statement which describes the Contractor's facilities, capabilities and identifies any Subcontractors that will be used and the systems in place to provide services as described in the Sources Sought Notice and in accordance with the Performance Work Statement. The Capabilities Statement shall provide sufficient information to determine technical capability, not to exceed 5 pages, outlining approach, understanding of the work and company background. The potential Contractor will need to show a level of competence in the field of low and medium voltage power switchgear and transformation service, overhaul, testing, installation, operating and commissioning. Competence can be determined by a potential Contractor's experience in the field. Experience can be determined by examining a company's finished products and a review of key personnel's education and experience. PERIOD OF PERFORMANCE: This contract is from the effective date of the contract award and continues for a period of performance of one year with two option years. SUBMISSION DETAILS: Responses to this notice should include the following information: (1) Business name, address, business size and type 8(a), HUB Zone, Service Disabled Veteran, Small Business, Large Business, etc., (2) Responses shall also indicate NAICS code, CAGE Code and DUNS Number (3) point of contact to include e-mail address and telephone number. All responses shall be in the English Language. All information (information provided will not be returned)is to be submitted via e-mail (10MB limit) to: 1. UTC(SCW) Jayson Hansen, Technical POC, (805)982-5542, email:jayson.hansen@navy.mil; and to 2. Euclid-Jake Posadas, Contract Specialist, (805)982-4217, email: euclidjake.posadas@navy.mil Your responses are requested by 02:00 PM (PST) on Thursday, 21 November 2013. Submissions after this date will be accepted but feedback may not be as timely. Information and/or questions should be e-mailed to UTC(SCW) Jayson Hansen, Technical POC, (805)982-5542, email:jayson.hansen@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af5417f5b866366a4ff68c1436a3112f)
 
Document(s)
Attachment
 
File Name: N3943014R1402_SubstationOverhaulCapabilitiesStatement.pdf (https://www.neco.navy.mil/synopsis_file/N3943014R1402_SubstationOverhaulCapabilitiesStatement.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3943014R1402_SubstationOverhaulCapabilitiesStatement.pdf

 
File Name: N3943014R1402_PWSIDIQMUSESubstationsOverhaul.pdf (https://www.neco.navy.mil/synopsis_file/N3943014R1402_PWSIDIQMUSESubstationsOverhaul.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3943014R1402_PWSIDIQMUSESubstationsOverhaul.pdf

 
File Name: N3943014R1402_AppendixADataSUBSTATIONESTIMATEDWORKLOAD.pdf (https://www.neco.navy.mil/synopsis_file/N3943014R1402_AppendixADataSUBSTATIONESTIMATEDWORKLOAD.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3943014R1402_AppendixADataSUBSTATIONESTIMATEDWORKLOAD.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC)
Zip Code: Naval Base Ventura County (NBVC)
 
Record
SN03220108-W 20131024/131022234002-af5417f5b866366a4ff68c1436a3112f (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.