Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2015 FBO #4964
MODIFICATION

61 -- Advanced Medium Mobile Power Sources (AMMPS) Production, 5 kilowatt through 60 kilowatt

Notice Date
6/25/2015
 
Notice Type
Modification/Amendment
 
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
W909MY15RH009
 
Response Due
7/9/2015
 
Archive Date
8/24/2015
 
Point of Contact
Lauren Pascioni, 703-704-0835
 
E-Mail Address
ACC-APG - Washington
(lauren.r.pascioni.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W909MY-15-R-H009Notice Type: Request for Information The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking information on behalf of the Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2) from sources that have available, or have the capability to manufacture, test and deliver Advanced Medium Mobile Power Sources (AMMPS) using Government furnished Technical Data Packages. The Government is currently developing the acquisition plan for the AMMPS re-procurement effort. The AMMPS program will procure the medium sized tactical sets, which include generator set sizes 5, 10, 15, 30 and 60 kilowatt (kW). The AMMPS program includes 26 different configurations, including 50/60 Hertz (Hz) models and 400 Hz models with optional winterization kits. 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 Military Standard 705: Generator Sets, Engine Driven Methods of Tests and Instruction) as ordered. The AMMPS family of generators includes ten (10) skid-mounted configurations and sixteen (16) trailer-mounted configurations as Power Units and Power Plants (PU/PP). The PU/PPs include trailer interface kits, switch boxes and cables mounted on standard military trailers. The trailers to be used will be Government Furnished Property (GFP) to include the 1-ton Light Tactical Trailer (LTT) and the 2.5-ton M200A1 trailer. Standard light and medium tactical wheeled vehicles will tow the trailer-mounted configurations. The AMMPS program will require logistics related products. Potential contractors may be required to develop and provide provisioning data to support the AMMPS fleet. The estimated quantity of AMMPS is 18,000-24,000, inclusive of all skid and Power Units/Power Plants over a five production year period from calendar year 2016 through 2021 with a delivery rate of approximately 300-500 per month. Peak rate is estimated to be approximately 650 per month. The Government anticipates that the requirements will be solicited through a competitive source selection for award of five year Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) to up to two competing Offerors in accordance with FAR Part 16; the anticipated award date is FY16. The Government anticipates making the competitive awards on a Best-Value Continuum Tradeoff process. The Government anticipates Firm Fixed Price type delivery orders for AMMPS production being competed between the successful awardees; the Government will also accept Value Engineering Change Proposals (VECPs) during the production period. The Government would like information on how it can best satisfy its needs to include: -contracting strategies and incentives -technology innovations -program risks -the identification of cost drivers -price breaks for economic ordering quantities -areas of concern from an industry standpoint -supportability strategies that decrease operations and support costs -provide specific Department of Defense experience with Integrated Product Support -explain data and process required to utilize the Department of Defense Supply System -any other information that may be relevant, which will enable the Government to assess an appropriate acquisition approach. -present ideas on ways to increase Reliability, Availability, and Maintainability (RAM) Interested parties with information to satisfy the above should submit a white paper, not to exceed 10 pages. Responses should also include point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. The responses received to this Request for Information 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. No contract award will be made on the basis of responses received; however, the information will be considered in the Government's acquisition planning. 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 9 July 2015 by electronic mail at no cost to the Government, to Lauren Pascioni, lauren.r.pascioni.civ@mail.mil. Please use the EMAIL SUBJECT: Contractor Name AMMPS Request for Information. Email shall be limited to 10MB. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52ab17ba52264cf4fdc61e120bd6d200)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03776939-W 20150627/150626000117-52ab17ba52264cf4fdc61e120bd6d200 (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.