Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2016 FBO #5322
SPECIAL NOTICE

61 -- Power Platoon Generation RFI - RFI Document

Notice Date
6/17/2016
 
Notice Type
Special Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY16RH006
 
Archive Date
7/16/2016
 
Point of Contact
Deirdre Hughes,
 
E-Mail Address
deirdre.l.hughes.civ@mail.mil
(deirdre.l.hughes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI document. The US Army is seeking sources to develop, build, package, and deliver a Platoon Power Generation (PPG).This effort will include the development and production of logistics documentation that is required to support and sustain the PPG throughout its lifecycle. The PPG is intended to provide power for charging batteries and operating various types of Army communications and electronics devices. The PPG is not strictly limited to traditional internal combustion engine driven power sources, it could include alternate technologies such as fuel cells. The PPG will be carried by individual Soldiers, therefore minimal weight and cube are high priority system attributes. The generator is intended to provide Platoon power for operations in Stryker, Armor, and Infantry brigade combat teams (BCT's) in austere environments. Total fielded quantity is expected at around 3,600 units. The Government seeks to begin competitive development of the PPG in FY17 and begin fielding systems at the beginning of FY20. The intent of this market research is to identify potential sources for developing, building, and delivering the PPG to support the stated timeline. The responses received will help to inform the Government's acquisition strategy for this system. Responses should include a description of the vendor's capability to develop and produce the PPG and is associated logistics materials in the timeframe discussed. The Government is requesting responses from potential sources to assess the respondent's stated ability to develop, build, package, and deliver sustainable PPG that meet the following characteristics, pass the designated tests, and fulfill anticipated performance criteria not limited to the following: 1)Provide a peak of 1kilowatt (kW) of power with sustained load rating of no less than 900 watts (W). 2)Provide 120V,60 hertz AC power (No DC power) 3)Operation in temperature extremes of 0º F to 120º F. 4)At a minimum, operate using JP-8 and F-24 with optional ability to operate using other fuels including, for example: gasoline, diesel, kerosene, alcohol, etc. 5)Possess a maximum dry weight of 35lbs 6)Possess a maximum volume of 3000 cubic inches 7)Produce a noise level that does not exceed 70dBA at 7 meters 8)Meet performance verification test requirements for climatic conditions as described in MIL STD 810G including: humidity, rain, sand and dust, salt fog, solar radiation, and altitude up to 6,000ft AMSL, shock, and vibration. 9)Possess a current prototype that meets the above specifications. Sources possessing the capabilities to develop and deliver a PPG that satisfies the requirements listed above are invited to submit a White Paper not to exceed 10 pages in length providing a description of the battery. The White Paper must include: 1) a description of any work performed to date that demonstrates successful efforts relevant to the design and production of the PPG; 2) if applicable, a description of the means by which you will convert a gasoline engine to operate on JP-8 fuel; 3) experience in developing and producing logistics materials (i.e. technical manuals, repair parts and special tools lists (RPSTL), Provisioning Parts Lists (PPL), etc.); and 4) manufacturing capability to include in-house capabilities or business partnerships that enable production. Responses shall also include: 1.Point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code and current level of firm's facility clearance (Secret, Top Secret or No Clearance). 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 500 employees for the North American Industry Classification System (NAICS) Code 335911. 3. Are you planning to be the Prime or a Subcontractor? If a Prime continue to question 4. 4.Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award (separate answers may be given for development and production)? 5.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? 6.Please indicate if your product is commercially available and the medium which carries your product. Respondents must also include information regarding: 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, and 2) requirements of any laws and regulations unique to the item being acquired. 7.Cage Code and Duns Number. If your Company holds a GSA Schedule contract (874 or other), please provide the Schedule number. 8. THE FOLLOWING QUESTIONS ONLY APPLY TO SMALL BUSINESS RESPONDENTS. Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the (10) page limit. a.If you are a small business and plan to be prime please inform how you will meet the limitations on subcontracting Clause 52.219-14? b.If your company is awarded the contract, will your Company be able to perform at least 50% (percent) of the work required in house? c.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? d.Does your Company possess an approved Defense Contract Audit Agency (DCAA) accounting system? e.If you are a small business, can your company sustain if not paid for 90 calendar days? 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. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. In accordance with Federal Acquisition Regulation (FAR) Part 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, and will be used determine if sources capable for satisfying the agency's requirements exist and determine commerciality of the PPG. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. Proprietary information submitted in the response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no later than 1 July 2016. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses via email to Deirdre Hughes, Contract Specialist, at deirdre.l.hughes.civ@mail.mil. Acknowledge of receipt will be issued. The subject of the email message shall be: Platoon Power Generation (PPG) RFI- Your Company's name. E-mail shall be limited to 10MB. Additional Info: Additional documentation Contracting Office Address: ACC-APG - Belvoir, ATTN: CCAP-CCV-B-4, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA 22060-5863 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9ff0c16c42e5cd7078f1756f8b0754b)
 
Record
SN04153928-W 20160619/160617234508-e9ff0c16c42e5cd7078f1756f8b0754b (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.