Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
MODIFICATION

61 -- Sources Sought for Alternator Generator, NSN 6115-01-520-6411

Notice Date
10/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Headquarters, US Army Materiel Command, 9301 Chapek Road, Ft. Belvoir, Virginia, 22060
 
ZIP Code
22060
 
Solicitation Number
807A-201801
 
Archive Date
11/30/2018
 
Point of Contact
Edward G Engbert, Phone: 4433956222, Edward G Engbert, Phone: 4433956222
 
E-Mail Address
edward.g.engbert.civ@mail.mil, edward.g.engbert.civ@mail.mil
(edward.g.engbert.civ@mail.mil, edward.g.engbert.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Market Survey to locate additional sources for the Alternator Generator, NSN 6115-01-520-6411, DWG# 0116-1120F001, 17 Dec 2017, CAGE Code 30554, U/O MEP-807A, 100 kW Tactical Quiet Generators (TQG). The current source for the Alternator Generator is Marathon Electric MFG Corp., P/N# 431PSL6309, CAGE 38151. Configuration drawings are available. Detailed technical data for the manufacture of these units is not available from the Army. This announcement is intended to support planning and solicitation of a future IDIQ contract that will procure new manufactured units with estimated demand quantities between one and five units per year over a ten year period. The Government will consider parts from other sources that have the same form, fit, and function as the required parts. Alternate parts would have to pass extensive performance and qualification testing to ensure the parts meet the Military's requirements. The cost of which would be considered in the acquisition decision. Successful supplier may be required to warrant that the item supplied will satisfactorily perform when used for the purpose intended by the Army. The successful supplier shall be required to warrant that the item supplied will satisfactorily perform when used for the purpose intended by the Army. For more information contact Ed Engbert, RDER-PRP-G, (443) 395-6972, edward.g.engbert.civ@mail.mil. The deadline for response is 21 Oct 2018. Suppliers capable of supplying the subject part number must indicate by writing to Commander, USA CECOM, ATTN: Edward Engbert, RDER-PRP-G, 6590 Reconnaissance Street, Building 6010, Space 226-21, Aberdeen Proving Ground, MD 21005 or by email to both Edward Engbert at edward.g.engbert.civ@mail.mil Insert the NSN in email correspondence to include the following words in the subject heading as follows "NSN 6115-01-520-6411". Interested vendor responses must include documentation such as test results, copy of purchase orders if the supplier was a vendor to the listed source or a statement from listed source demonstrating that the supplier can supply the Army with a unit from the listed source. The response should also include production lead times, number of years parts will be available, rough order of magnitude (ROM) cost estimate on a per unit basis, price break ranges if applicable, part number & CAGE # of proposed parts, or any other information that could affect the acquisition, supply and delivery of the parts. Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1) Provide a brief summary of your company and its core competencies. Describe the role that your company provides in the manufacture and assembly of the APU and its separate components. 2) Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3) Is the part you are proposing available in the commercial market place? 4) Has your Company supplied this part to the Army or other Government Agencies in the past? if so please provide the Agency Contract Number, Point of Contact (POC), e-mail address, phone number, and dollar value of the Contract? What is a good Rough Order of Magnitude (ROM) cost estimate on a per unit basis? 5) Do you have product/s or keep products in stock? 6) Describe the qualifications of your engineering staff, who have experience in the design and production of application similar in complexity and technology for the part. 7) Describe your company's experience in managing obsolescence issues. • Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s). • Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues. 8) Describe your manufacturing and supply capabilities in terms of stock on hand for production start, minimum lead time notification periods, minimum production order requirements, price breaks for volume purchases, what a full production rate is and how long it takes to achieve after contract award, and if initial production can be expedited for a fee, any additional cost for expediting production, and the expedited production lead time. 9) Does your Company hold a current Government multi-use contract, such as a GSA Federal Supply Schedule contract, for this engine? If so, please provide the current contract number. 10) Describe how your company addresses production quality control in terms of qualification testing during initial production and periodic testing during ongoing production. How do these capabilities lend themselves to the production of the subject part of interest? 11) If additional time is needed to respond to this inquiry, please contact Edward Engbert. For more information contact Edward Engbert, Edward.g.engbert.civ@mail.mil, (443) 395-6222. Responses to this announcement must be received no later than the deadline of midnight EST on Sunday, 21 October 2018. Notice: The Government will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. This Request for Information (RFI) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/W73QKK/807A-201801/listing.html)
 
Place of Performance
Address: 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05116895-W 20181007/181005230308-a534224e5ff62385b627fc33c017d479 (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.