Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

61 -- Electric Diesel Generator

Notice Date
3/6/2017
 
Notice Type
Presolicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-17-R-0019
 
Archive Date
5/15/2017
 
Point of Contact
Daniel J. Ellis, Phone: 3604764091, Erin K Malinski, Phone: 3603405348
 
E-Mail Address
daniel.ellis@navy.mil, erin.malinski@navy.mil
(daniel.ellis@navy.mil, erin.malinski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this pre-solicitation notice. PSNS has a requirement for a base plus four year, commercial supply, firm fixed price, indefinite delivery indefinite quantity single award contract (IDIQ). The IDIQ will be for the availability of electric diesel generators and automatic transfer switches. Currently PSNS has used up to 12 separate contracts every year for the following items; (4EA) 480VAC, 3 phase, 60 Hz, 1000 kW (4EA) 480VAC, 3 phase, 60 Hz, 500 kW (1EA) 480VAC, 3 phase, 60 Hz, 300 kW (1EA) 480VAC, 3 phase, 60 Hz, 250 kW minimum (1EA) 480VAC, 3 phase, 60 Hz, 750 kW minimum (Multiple) Automatic Transfer Switch (Integrated and Non-Integrated) The future needs of PSNS will vary every year but the contract contemplates the need of up to 12 separate generators and automatic transfer switches across the above range of generator types. Project Background The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) requires multiple (12+) Emergency Diesel Generators and Automatic Transfer Switches for providing primary power and/or standby backup power. The applicable NAICS code for this requirement is 532490 with a small business size standard of $32.5 million. The product service code is 61. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The government expects the solicitation for this requirement to be posted by the end of March. The anticipated period of performance is five years from the date of award, which is anticipated to be 15 May, 2017. The anticipated capacity ceiling for this requirement is expected to be less than $5 million. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil (.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-17-R-0019/listing.html)
 
Place of Performance
Address: Bremerton, Washington, United States
 
Record
SN04424582-W 20170308/170306234828-ca69fd5cbb9088ebc86c0411d6d34166 (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.