Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
MODIFICATION

61 -- Power Distribution Illumination Systems Electrical (PDISE)

Notice Date
8/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-18-R-G018
 
Archive Date
9/11/2018
 
Point of Contact
Tony D. Adams, Phone: 7037040849, Danny W. Lester, Phone: 703-704-0818
 
E-Mail Address
tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil
(tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE ARMY Product Manager, Mobile Electric Power Systems (PM MEPS), DoD Project Manager, Expeditionary Energy and Sustainment Systems (PM E2S2) 5850 Delafield Rd, Building 324 Fort Belvoir, VA 22060-5809 13 July 2018 REFERENCE: W909MY-18-R-G018 Request for Information Announcement - Sources Sought Notice for Power Distribution Illumination Systems Electrical (PDISE) This Sources Sought is now Full and Open. Due date is extended to 27 August 2018 at 3pm EST. THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Sources Sought Notice is for informational purposes only. The Government is not obligated to make an award as a result of this request. This is NOT an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this Sources Sought Announcement. The Government will not be liable for payment of any response preparation expenses and is in no way obligated by the information and/or materials received in response to this Sources Sought Announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Not responding to this Sources Sought Notice does not preclude participation in any future RFP, if any is issued. BACKGROUND: The Project Manager Expeditionary Energy and Sustainment System (PM E2S2) formerly known as PM Mobile Electric Power (PM MEP) has been a leader in developing, fielding and servicing power generation and power distribution for U.S. Army applications and is currently conducting market research in support of the Power Distribution Illumination Systems Electrical (PDISE) program. The current PDISE family includes, M200, M100, and M40 three phase feeder/distribution systems, M60 single phase distribution system and M46 electrical utility system. The PDISE family is expanding and will include additional power distribution equipment described in the "Requirement(s)" paragraph. DESCRIPTION: The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources for Power Distribution Illumination Systems Electrical (PDISE) equipment, on behalf of PM E2S2. These sources shall have the capability to manufacture, test and deliver power distribution equipment used by the US Army. This equipment includes standalone or skid mounted ruggedized power distribution systems, Military Class-L and Commercial connectors, and associated cable assemblies. The equipment and end items are capable, singularly or in combination with each other, of being connected directly to generator sets ranging from 5kW through 800kW. PURPOSE: The purpose of this Sources Sought is to identify potential sources who have the capability to effectively interpret detailed Government specifications and product drawings. In addition, potential sources must have the capability to assemble the equipment and conduct production conformance tests such as MIL-STD-705, Department of Defense Test Method Standard Mobile Electric Power Systems Revision D, dated 22 November 2016. The estimated quantity of PDISE equipment to be procured is projected to be around 9,100 over a production period from fiscal year 2019 through 2024 with an average delivery rate of approximately 150 per month which may peak at 300 per month. The contract is expected to be a five-year, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract using Government furnished Technical Data Packages (TDPs). These TDPs include both specifications and drawings which describe the details, performance, and conformance testing of this equipment. The respective TDPs are available upon request for most products listed in Table 1. REQUIREMENT(S): Electrical Feeder System M200 Amp/Phase (A/P): The M200 is a 120/208V, three phase, Electrical Feeder System. It has one (1) three-phase, 200 A/P input circuit with three (3) 100 A/P, four (4) 60 A/P and one (1) 20 A/P output circuits. The system also includes a pigtail and feeder cables. Electrical Feeder System M100 Amp/Phase (A/P): The M100 is a 120/208V, three phase, Electrical Feeder System. It has one (1) three-phase, 100 A/P input circuit with one (1) 100A/P feed-through; two (2) 60 A/P, two (2) 40 A/P and two (2) 20 A/P output circuits. The system also includes a pigtail and feeder cables. Electrical Distribution System M40 Amp/Phase (A/P): The M40 is a 120/208V, three phase, Electrical Distribution System. It has one (1) three-phase 40 A/P input circuit with one (1) feed-through; and twelve (12) 20 Amp, single-phase output circuits. The system includes a pigtail, distribution cables, extension cables, Ground Fault Circuit Interrupter (GFCI) cables, and household type, duplex receptacle. Electrical Distribution System M60 Amp: The M60 is a 120V, single-phase, Electrical Distribution System. It has one (1) 60A input/output circuit with six (6) 20 Amp output circuits. The system includes a pigtail, distribution cables, extension cables, GFCI cables, and household type, duplex receptacle. Electrical Utility Assembly M46: The M46 Utility Assembly is similar to wall outlets in a fixed facility. The M46 comes in a transit container that contains branch circuit assembly, cables, lights, GFCI cables and standard household type duplex receptacles for plugging the electrical load. It could be emplaced within tents, shelters or building. Switch Box Equipment for 5-60kW AMMPS Power Plant (PP): An Advanced Medium Mobile Power Sources (AMMPS) Power Plant (PP) is a trailer mounted generator set configuration consisting of two generator sets, one or two trailers, a switch box and power cables which enable the Warfighter to have redundant power capability. The AMMPS PP range in size from 5 to 60kW using 5 different switch boxes described in the Table 1. The Switch Box is connected between two AMMPS sets by paralleling assemblies. The Switch Box enables no break in power when changing power sources for maintenance. AMMPS Microgrid kits: The AMMPS Microgrid is designed to automatically start and stop up to six AMMPS generator sets (30kW or 60kW) in pairs of two based on power demand. The AMMPS Microgrid kit includes all components necessary to build an AMMPS Microgrid except for the Advanced Digital Control System (ADCS). The key components of the Microgrid Kit (04-50051) are the Microgrid Feeder Box (MFB), Parallel Communication Interconnect (PCI) Box and associated cable assemblies. Power Distribution Unit-1600 (PDU-1600): The Power Distribution Unit-1600 (PDU-1600) is a ruggedized skid mounted enclosure designed to distribute up to 400kW (1,600 Amps) of electric power to the battlefield environment by connecting up to six (6) 100kW Tactical Quiet Generator (TQG) sets, three (3) 200kW TQG sets or a mixture of both configurations to a common electrical bus. Seventeen (17) output circuits of various amperage, 200, 100 and 60 Amps, provide three phase electric power to additional power distribution equipment to form an electric power grid. Improved Secondary Distribution Center (iSDC): The Improved Secondary Distribution Center (iSDC) is a self-contained, free-standing unit; designed to step down medium voltage to low voltage power; capable of distributing up to 150kVA of electricity continuously through multiple outputs simultaneously. It's designed to accept 13,800VAC or 4,160VAC input power, transform it to 120/208VAC and distribute power to the load. This system accepts inputs through three (3) three-phase input circuits capable of handling 200 A/P and distributes up to 150kVA of electricity continuously through thirteen (13) output circuits of various amperage (400, 100 and 60 Amps). The iSDC includes a transformer, Military Class-L and commercial camlock connectors, protected circuit breakers and interrupters, Automatic Transfer Switch (ATS), a power monitor and data-logging device, to enable storage of overall output data, and allows download or real-time monitoring through a network connection. Nominal Dimensions: Length = 88.00" x Width = 72.00" x Height = 85.00" Weight = Overall weight to include interior components, not to exceed 3,000 lbs. Tactical Prime Power Transformer (TPPT): The Tactical Prime Power Transformer (TPPT) is a self-contained, free-standing, dual-purpose transformer module that is integrated into a standard Type II Tricon shipping container. The TPPT will accept a step-up voltage 4,160VAC and step-down voltage 208VAC or vice-versa to enable extended transmission of 150 kVA electricity through multiple outputs simultaneously. The system has step-up/down transformer, input/output circuit breakers and interrupters, input/output interlock, fuses, and commercial camlock connectors. Nominal Dimension: Length = 77.56" x Width = 96.00" x Height = 96.00" Weight = Overall weight to include interior components, not to exceed 9,800 lbs. Primary Switching Center (PSC): The Primary Switching Center (PSC) is a system which provides for interconnections and safe isolation of the Deployable Power Generation and Distribution System (DPGDS). The PSC utilizes a three-phase common bus rated at 15kVA, and includes six (6) three-phase input-output circuits with three position switches that provides switching of 600-ampere three-phase circuits. Four (4) input-output circuits include microprocessor controlled, resettable, vacuum fault interrupters for switching and protection of 600-ampere main feeders. The PSC includes remote monitoring and is capable of displaying load data. Table 1: List of Power Distribution Equipment Item name Description NSN Estimated Qty TDP Available M200 Electrical Feeder System M200 A/P 6150-01-308-5672 400 Yes M100 Electrical Feeder System M100 A/P 6150-01-308-5671 1500 Yes M40 Electrical Distribution System M40 A/P 6150-01-307-9446 1800 Yes M60 Electrical Distribution System M60 Amp 6150-01-307-9445 20 Yes M46 Electrical Utility Assembly 6150-01-208-9751 4000 Yes 5/10kW SB 5kW/10kW Light Tactical Trailer (LTT) Switch box 5930-01-592-6262 70 Yes 5/10kW SB 5kW/10kW M200 Trailer Switch box 5930-01-592-6345 60 Yes 15kW SB 15kW LTT Switch box 5930-01-592-6358 140 Yes 15/30kW SB 15kW/30kW M200 Trailer Switch box 5930-01-592-6339 20 Yes 60kW SB 60kW M200 Trailer Switch box 5930-01-592-5774 5 Yes AMMPS Microgrid Kit (04-50051) Not yet assigned 130 Yes PDU-1600 Power Distribution Unit-1600 Not yet assigned 460 No iSDC Improved Secondary Dist. Center Not yet assigned 350 No TPPT Tactical Prime Power Transformer Not yet assigned 60 No PSC Primary Switching Center Not yet assigned 70 No   INFORMATION REQUESTED: Criteria for Sources Sought Notice: Interested parties with the capabilities to satisfy the above and meet the PDISE equipment production requirements should submit a white paper, not to exceed 10 pages, describing the contractor's experience in fabricating products from Government product drawings & specifications and testing of power distribution equipment, organizational capabilities and a Rough Order of Magnitude (ROM) unit cost for each item in Table 1 for potential future Government procurements. Additionally, your company's response should include a complete discussion of your ability to meet the above stated requirements and capabilities, facility availability and staffing capabilities. 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) providing: 1. Point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. 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 1,250 employees for the North American Industry Classification System (NAICS) Code 335312. 3. Are you planning on being a Prime or a Subcontractor? (If a small business, please continue to question 4., otherwise continue to question 8.) 4. If you are a small business and plan to be a prime please indicate how you will comply with the limitations on subcontracting Clause 52.219-14? 5. If you are a small business and plan to be a prime, do you anticipate your company remaining a small business under the stated NAICS code above? 6. If you are a small business and plan to be a prime, does your company possess the capabilities to provide the entire range of these requirements? If not, list which requirements your company can provide. 7. If you are a small business and plan to be a prime, can your company sustain the effort if not paid for 90 calendar days? Explain how your company would maintain adequate financial resources for a contract of this magnitude and length. 8. If your company is a large business please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals and the rationalization behind their derivation. 9. 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% (percent) in house? Provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, etc. to satisfy the Government's requirements. Vendors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 10. Can your company acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? 11. 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) name, e-mail address, phone number, and a brief description of your direct support of the effort. 12. Cage Code and Duns Number: If you company holds a GSA Schedule contract (874 or other), please provide the Schedule number. 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 SOURCES SOUGHT NOTICE. The data received in response to this notice 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. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received; however, the information will be used in PM E2S2's assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize 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. Submitting Responses to this Sources Sought Note that Sources Sought respondents must designate a single point of contact for receipt of all information pursuant to this Sources Sought. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Response to this notice should be received no later than 13 August 2018 3:00 PM EST. Respondents are requested to submit one electronic copy of the responses to the technical Point of Contact (POC), and one copy to both Contracting POCs. At a minimum, include "Sources Sought Number W909MY-18-R-G018: Contractor Name Power Distribution Illumination Systems Electrical (PDISE) Rebuy Production" in the subject line. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. Note that foreign participation is excluded. Technical POC: Ms. Ohmar Win Project Engineer, Power Distribution Illumination Systems Electrical Product Manager Mobile Electric Power Systems 5850 Delafield Rd, Building 324 Fort Belvoir, VA 22060-5809 Email: ohmar.win.civ@mail.mil Contracting POC: Mr. Danny Lester, Contracting Officer Contracting Officer, Belvoir Division Army Contracting Command - Aberdeen Proving Ground 10205 Burbeck Road, Building 362 Fort Belvoir, VA 22060 Email: danny.w.lester.civ@mail.mil - and - Mr. Tony D. Adams, Contract Specialist Same address Information as Above Email: tony.d.adams10.civ@mail.mil QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due, in written form to the Contracting Office, no later than 27 July 2018 by 3:00 PM EST. The Government gives no guarantee of timely response, but will answer on a best-effort basis. Therefore, the Government recommends that offerors submit questions early in the process so the Government is not delayed in receiving responses. Offerors should clearly mark any questions or material related to communications regarding this Sources Sought notice as proprietary, if content warrants such a claim. Use the following format for your question submittals: 1. E-mail subject line should read "W909MY-18-R-G018 - Contractor Name Question(s) to PDISE Rebuy Production" and email limited to 10MB. 2. Submit questions in an organized manner directly in the e-mail text that follows the logical order of information in this announcement. Label each question with a general subject matter reference of main paragraph. 3. Keep questions brief and to the point. Submit all questions by the above deadline. Questions arriving late will not be accepted. DATA RIGHTS: The Government desires that data be received with unlimited rights. However, the Government recognizes that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. No Classified data shall be provided via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/135d85e4a7d93b6170228c4ad82b532d)
 
Place of Performance
Address: Product Manager, Mobile Electric Power Systems (PM MEPS), DoD Project Manager, Expeditionary Energy and Sustainment Systems (PM E2S2, 5850 Delafield Rd, Building 324, Fort Belvoir, Virginia, 22060-5809, United States
Zip Code: 22060-5809
 
Record
SN05034482-W 20180815/180813231412-135d85e4a7d93b6170228c4ad82b532d (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.