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 -- 2000Kw Generator - ID04140126 Sources Sought

Notice Date
8/5/2016
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID04160126
 
Archive Date
8/30/2016
 
Point of Contact
Mildred T. Burress, Phone: (769) 203-9309
 
E-Mail Address
mildred.burress@gsa.gov
(mildred.burress@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice To: Prospective Offerors From: General Services Administration – Region 4 Subject: Sources Sought / Request for Information (RFI) # ID04160126 – 2000kW Generator NAICS: 335312 - Motor and generator manufacturing This is a sources sought notice; it is a market survey for informational purposes only The General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services Division (AASD), on behalf of the Army Research Laboratory (ARL) at Aberdeen Proving Ground, Maryland, is issuing this RFI to identify contractors capable of providing a 2000kW Generator as follows: A. Provide complete factory assembled diesel generator set equipment with digital electronic controls, sound attenuated enclosure, and sub-base fuel tank. B. Provide installation – Supply equipment, labor and materials to receive, setup and install the generator set. C. Provide factory test, startup by a supplier authorized by the manufacturer, and on-site testing of the system. D. The generator set manufacturer shall warrant all equipment provided under this section, whether or not is manufactured by the generator set manufacturer, so that there is one source for warranty and product service. Technicians specifically trained and certified by the manufacturer to support the product and employed by the generator set supplier shall service the generator sets. At a minimum, the warranty shall be 2 Year / 3000 Hour Basic Standby Limited Warranty. E. This Section includes packaged diesel-engine generator sets with the following features and accessories: 1. Air-intake silencer. 2. Battery charger. 3. Engine generator set. 4. Muffler. 5. Outdoor enclosure. 6. Remote annunciator. 7. Radiator. 8. Remote stop switch. 9. Starting battery. F. Provide an automatic open transition transfer switch & Remote annunciation and control system. This combined sources sought/market survey synopsis is for information and planning purposes only, and seeking interested firms. There is no commitment by the Government to issue a solicitation as a result of this RFI. In accordance with FAR 15.202, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Responses may be evaluated by Government technical experts drawn from staff ARL personnel. Responders are encouraged to avoid use of excessive marketing brochures, and other unnecessary sales literature. GOAL: The goal of this RFI is to establish a qualified source list of contractors that are capable of meeting the ARL’s requirements. Interested parties may identify their interest and capability to respond to the requirement. All information should be submitted via email to Tracey M. Burress at mildred.burress@gsa.gov. Responses must be submitted by August 15, 2016 by 12:00 pm Central Time. All information submitted on or before this date will be considered by the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. HOW TO RESPOND: The Government would like to know what firms can provide all the delivery and services for this contemplated requirement by identifying themselves and responding to this RFI. The Government requests the following information: 1) Company name, DUNS number, cage code, and business size. 2) Recommended/suitable North American Industry Classification Systems (NAICS) code(s). 3) Provide evidence to show that your company can provide the requested equipment/services (i.e. technical ability, personnel, experience). Do not exceed 10 pages. All submissions shall be unclassified. 4) Address whether your company has a GSA Schedule and capable of providing these services/supplies (outreach material) on schedule. And if able to provide the services on schedule, what schedule and SIN. 5) Any other assumptions, comments, concerns, and/or questions relating to the contemplated services. 6) Whether or not your firm is registered in GSA AAS Business Systems Portal (AASBS), formerly known as the IT Solution Shop (ITSS) web-based order processing system 7) Estimated Cost/Pricing (optional) Please submit your responses to this RFI # ID04160126 via email to Mildred Burress at mildred.burress@gsa.gov. The due date for responses to RFI # ID04160126 is on or before August 15, 2016 by 12:00 pm Central Time. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback on evaluations will be provided to companies regarding this submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b23d694dcc4c866eed4025ea71f354cd)
 
Place of Performance
Address: Army Research Laboratory, DOD Supercomputing Resource Center, 120 Aberdeen Blvd, Aberdeen Proving Ground, Maryland, 21001, United States
Zip Code: 21001
 
Record
SN04212437-W 20160807/160805235414-b23d694dcc4c866eed4025ea71f354cd (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.