Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2016 FBO #5371
SOURCES SOUGHT

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

Notice Date
8/5/2016
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator 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
W909MY-16-R-H003
 
Archive Date
9/6/2016
 
Point of Contact
Lauren Pascioni, , Christie Hazlett,
 
E-Mail Address
lauren.r.pascioni.civ@mail.mil, christie.h.hazlett.civ@mail.mil
(lauren.r.pascioni.civ@mail.mil, christie.h.hazlett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
AMMPS configuration chart *THIS IS AN UPDATE FROM W909MY-15-R-H009. FOR REFERENCE, PLEASE SEE LINK BELOW.* https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=52ab17ba52264cf4fdc61e120bd6d200 INTRODUCTION AND PURPOSE: This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). This is NOT a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this request or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with participating in this RFI. Acknowledgement of receipt of submitted items will not be made, nor will respondents be notified of the outcome of the information received. The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2) that have or will have the capability to manufacture, test and deliver Advanced Medium Mobile Power Sources (AMMPS) generator sets using Government furnished Technical Data Packages (TDPs). The AMMPS program completed the Engineering and Manufacturing Development (EMD) phase of the Acquisition Life Cycle with the achievement of Milestone (MS) C Full Rate Production decision on 20 July 2011. The purpose of this RFI is to gather current information to inform the Government on how it can best satisfy its needs to include: • Source Selection Evaluation Criteria • Program Risks • Identification of Cost Drivers • Price Breaks for Economic Ordering Quantities • Areas of Concern from an Industry Standpoint • Supply Chain Risk Management and Obsolescence Planning BACKGROUND: AMMPS was developed to support the tactical power generation requirements of Department of Defense (DoD) and its components in accordance with DoD Directive (DoDD) 4120.11 "Standardization of Mobile Electric Power Generating Sources (MEPGS)." In accordance with DoDD 4120.11, the DoD shall maintain a standard family of MEPGS and establish common military operational requirements. The AMMPS program met this requirement by providing a family of generator sets that meets the needs of the DoD. AMMPS is the third generation of the medium sized (5-60 kW) DoD Standard Family of Mobile Electric Power Generating Sources; AMMPS replaces the second generation medium sized Tactical Quiet Generators (TQG). AMMPS employs advanced technologies to enhance power generation capability, increase reliability, reduce system size and weight, employ Environmental Protection Agency (EPA) tier certified engines and provide improved fuel efficiency. The AMMPS program developed and fielded five generator set sizes operating in two different configurations. The AMMPS began initial fielding in May 2012. Cummins Power Generation (CPG), Inc. first produced the AMMPS under contract number W15P7T-04-D-A003, which had orders through September 2014. CPG is currently producing AMMPS in support of Fiscal Year (FY) 16 and 17 Total Package Fielding (TPF) activities under sole source contract W909MY-15-D-0010 awarded 15 May 2015 with a contract expiration date of 14 July 2016. On 29 January 2015, a Sources Sought Notice (SSN), W909MY-15-R-H009, was posted to FedBizOpps.gov (FBO) with a closing date of 2 March 2015 to afford Industry the opportunity to provide a white paper describing the contractor's experience in fabricating products from Government product drawings and specification. On 29-30 April 2015, an AMMPS Industry Day event was hosted at the District of Columbia Army National Guard Facility on Davison Army Airfield, Fort Belvoir, Virginia. The Industry Day event consisted of a Government briefing of the requirement, followed by optional one-on-one sessions to address questions/comments/concerns on AMMPS requirements. On 25 June 2015, a modification/amendment to W909MY-15-R-H009 was posted with a closing date of 9 July 2015 which sought Industry feedback pertaining to the Government's proposed acquisition strategy. SCOPE: The ACC-APG Belvoir Division is seeking sources on behalf of the PM E2S2 that have or will have the capability to manufacture, test and deliver AMMPS generator sets using Government furnished TDPs. 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. AMMPS program description: • AMMPS program anticipates procuring the medium sized tactical sets, which include generator set sizes 5, 10, 15, 30 and 60 kW. • There are approximately 1,300 drawings in the Government-owned TDPs, and although each set is different, the AMMPS systems provide roughly 52% commonality of parts across all sizes. The critical components were qualified during First Article Testing (FAT) and are described on source control drawings to ensure operational reliability and maintainability. The source-controlled CPG parts are the engine, alternator, and Digital Control System (DCS). • AMMPS program includes 30 different configurations, including 50/60 Hertz (Hz) models and 400 Hz models as outlined in the attachment. • AMMPS generators have optional winterization kits. • PU/PPs include trailer interface kits, standard and microgrid switch boxes and cables mounted on standard military trailers. • 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. • Forecasted to only include procurement of the skid generator sets and integration costs to complete the Power Unit / Power Plant (PU/PP) configuration • Standard light and medium tactical wheeled vehicles will tow the trailer-mounted configurations. • AMMPS program may require logistics related products. • Potential contractors may be required to develop and provide provisioning data to support the AMMPS fleet. • Estimated quantity of AMMPS is a total of 28,000, inclusive of all skid and Power Units/Power Plants over a five year production period from calendar year 2018 through 2023 with a delivery rate of approximately 300-500 per month. • Peak rate is estimated to be approximately 650 per month. • Government has acquired the TDPs for the AMMPS re-procurement. The Government has a complete Provisioning Parts List (PPL), Maintenance Allocation Chart (MAC), and Product Data/Engineering Data for Provisioning (PD/EDFP) from the current AMMPS production contract. • Spare parts data has been transitioned to the CECOM Lifecycle Management Center (LCMC) Integrated Logistics Support Center (ILSC) for long term support. • The PPL, MAC and PD/EDFP provide sufficient data for the CECOM LCMC LRC to openly compete future purchases of required spares and repair parts. INFORMATION REQUESTED: 1. Company Information Provide the following information about your company. If submitting a team response, please include the requested information for all companies on the team. a) Company Name b) Point of Contact, Phone Number, Email Address c) Company Address d) Website (if available) e) Contact Phone Number f) Business Type (e.g., Large Business, Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business) g) NAICS code(s) and business size h) Cage Code and DUNS Number 2. Capabilities Provide the requested information for up to three (3) similar efforts/projects your company/team has performed within the past five (5) years. Complete per project. a) Agency/Customer b) Project Name c) Contract Vehicle and Delivery Order (DO) number (if applicable) d) Period of Performance e) % of Work Performed f) Description of Work performed g) Security Clearance Requirements (number of personnel and level of clearance and/or designation) h) Also, please indicate if your product is commercially available and the medium which carries your product? 3. Contracting Questions a) The Government anticipates soliciting this requirement as a full and open competitive single award Indefinite Delivery / Indefinite Quantity (ID/IQ) contract. The Government anticipates Firm-Fixed-Price (FFP) type delivery orders for AMMPS production which are built to the Government-owned TDPs. i. What additional type and level of information would be needed by industry to provide a FFP proposal? ii. Would a fixed price contract type present any concerns or introduce any factors that would influence your willingness to compete? If so, explain what contract type you would recommend and the rationale. iii. What do you perceive are the major cost drivers? iv. As a means to promote competition, the Government anticipates excluding the prices of the source controlled parts from the Offeror's Total Evaluated Price (TEP) submitted in response to the final solicitation. Does industry anticipate this causing any issues? Please provide feedback on this approach. b) The Government anticipates that the minimum guarantee order will be for integration of components and fabrication of First Article/Production units for all AMMPS configurations, verification of performance through contractor testing and deliver production/First Article units for Government First Article Testing (FAT). The FAT and a Physical Configuration Audit (PCA) will both be completed to verify adherence to established performance requirements and compliance to TDP product baselines. The Government anticipates a TDP FAT will encompass a nine month build and 11 month test effort and a five-year production ordering period. i. Submit an Integrated Master Schedule which shall clearly state the anticipated Level 1 and 2 tasks planned over the period of performance. Include work streams, deliverables, and milestones associated with proposed solution/approach. In addition, provide recommendations on the above FAT schedule and whether it is reasonable and has the potential to be shortened. ii. What do you perceive are the major schedule and technical risks to meeting the proposed timeline? iii. Identify the items that are on the critical path to meeting your notional timelines. iv. Address the parts management plan and how it will reduce operations and support costs. Discuss how the parts management plan will reduce risk to the supply chain and it impacts the availability of parts for Production and spares over the life cycle of the program. c) Delivery Orders for AMMPS production will be built to the Government-owned TDPs. i. What are the price breaks for economic ordering quantities? ii. What are reasonable minimum and maximum quantities under each delivery order? iii. What is the maximum that may be ordered during a specific period of time? iv. What is a reasonable minimum guarantee quantity? v. What is an appropriate ordering period to motivate industry? vi. How much square footage / floor space is adequate to perform this task twenty (20) months after contract award? d) The Government anticipates award being made based on best value under FAR 15.101. i. In terms of evaluation approaches, does your company favor Lowest Price Technically Acceptable (LPTA) or the Tradeoff process? ii. Beyond required evaluation factors (e.g. Past Performance, Small Business Participation and Price/Cost), what specific factors / subfactors do you recommend the Government evaluate that are "discriminators" based on the scope? e) The Government plans to afford industry an opportunity, at the time of draft solicitation release, to attend an AMMPS equipment display at Fort Belvoir, Virginia. This provides a hands-on opportunity to view the AMMPS generator sets and a copy of the TDP would also be provided to interested vendors. i. The Government desires to obtain feedback from industry as to gauge if this event would be beneficial. Please provide specific information in helping make this a successful event. 4. Socio Economic Questions (Small Business Strategy) a) If you are a small business for the NAICS (335312) and size standard determined in this RFI and plan to prime, please inform how you plan to meet the limitations on subcontracting Clause 52.219-14? b) The Government understands that teaming is an intricate part of contracting, as a prime, if you are not performing this action 100% in house please briefly describe how you would approach selecting team members for this requirement as well as what areas will you need to subcontract? OR c) Are you interested in being a subcontractor, if so please provide the specific portion of the work that can be performed by small business? E.g. painting or logistics. d) If you are a small business, can your company sustain the effort 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. INFORMATION REQUESTED: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individual or as part of a team. Interested parties with the capabilities to satisfy the above and meet the AMMPS production requirements should submit a white paper, not to exceed 10 pages, 4. Socio Economic Questions (Small Business Strategy) are excluded from the 10 page limitation. The white paper describing the contractor's experience in fabricating diesel powered electromechanical products from government product drawings & specifications testing of power generation equipment. 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). 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 22 August 2016 by electronic mail at no cost to the Government, to Lauren Pascioni, lauren.r.pascioni.civ@mail.mil with a copy to Christie Hazlett, christie.h.hazlett.civ@mail.mil. Please use the EMAIL SUBJECT: Contractor Name AMMPS Production Market Research. Email shall be limited to 10MB. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/59a5f6c5e953a9347271a26460dd426a)
 
Record
SN04211534-W 20160807/160805234631-59a5f6c5e953a9347271a26460dd426a (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.