SOURCES SOUGHT
59 -- Amphibious Class Ships Circuit Breaker Replacement
- Notice Date
- 3/16/2020 8:01:28 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- 20SA33
- Response Due
- 3/31/2020 1:00:00 PM
- Archive Date
- 12/30/2021
- Point of Contact
- Stephen M. Allen, Phone: 2158977544
- E-Mail Address
-
stephen.allen2@navy.mil
(stephen.allen2@navy.mil)
- Description
- The anticipated requirement is for NSWCPD, Department 40.� The Navy has a requirement to update the switchboard circuit breakers as a part of the LHD-1 Class mid-life upgrade.� The ship service switchboard circuit breakers will be upgraded per SCD 11160.� The anticipated procurement will include the Technical Data Package (TDP), First Article Testing, producing, and delivery of the switchboard circuit breakers to include 2000A (85kA) breakers, 2000A (100kA) breakers, 3200A (85kA) breakers, and 4000A (100kA) breakers. Each breaker shall be in compliance with the MIL specifications that will be provided with the solicitation and shall have the following additional features: Electronic Trip Unit; Monitoring of �Ground Fault, Type and Phase of last trip, Phase Current, Current Data Logging, Bidirectional Communication; Remote opening and closing of the circuit breaker; Lock-out Mechanism; Charging Motor Protection; Mechanical Position Indicator; Open/Closed Indicating Light; Mechanical Operations Counter; Over-current Protection; �Tripped� on Over-Current Indicator; Under-Voltage Protection; Shunt Trip; and Cradle (Cassette) for mounting of breaker. � Quantities of each circuit breaker will vary slightly from ship to ship. The circuit breakers must already be on the Qualified Part List (QPL) or the Contractor shall provide a plan on how to qualify them in an acceptable timeline as described in the solicitation requirements.� The anticipated requirement is for NSWCPD, Department 40.� The Navy has a requirement to update the switchboard circuit breakers as a part of the LHD-1 Class mid-life upgrade.� The ship service switchboard circuit breakers will be upgraded per SCD 11160.� The anticipated procurement will include the Technical Data Package (TDP), First Article Testing, producing, and delivery of the switchboard circuit breakers to include 2000A (85kA) breakers, 2000A (100kA) breakers, 3200A (85kA) breakers, and 4000A (100kA) breakers. Each breaker shall be in compliance with the MIL specifications that will be provided with the solicitation and shall have the following additional features: Electronic Trip Unit; Monitoring of �Ground Fault, Type and Phase of last trip, Phase Current, Current Data Logging, Bidirectional Communication; Remote opening and closing of the circuit breaker; Lock-out Mechanism; Charging Motor Protection; Mechanical Position Indicator; Open/Closed Indicating Light; Mechanical Operations Counter; Over-current Protection; �Tripped� on Over-Current Indicator; Under-Voltage Protection; Shunt Trip; and Cradle (Cassette) for mounting of breaker. � Quantities of each circuit breaker will vary slightly from ship to ship. The circuit breakers must already be on the Qualified Part List (QPL) or the Contractor shall provide a plan on how to qualify them in an acceptable timeline as described in the solicitation requirements.� Interested businesses are invited to submit capability statements, not to exceed five (5) double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.� Capability Statements must address, at a minimum the following: Section 1: Introduction.� Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Ownership, including whether:� Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number �(1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as it relates to the scope section of this sources sought. (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement. Section 3. Past/Current Performance.� Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the information described above. Section 4.� Technical Response.� Provide a detailed technical response that addresses the tasks identified in the summary above.� Information should include: Contractor's Facility Clearance Statement regarding capability to obtain security clearances for personnel The contractor�s ability to manage, as a Prime contractor, the types and magnitude of all tasking stated above. Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its� own employees in accordance with FAR 52.219-14. The contractor�s capacity or potential approach to achieving capacity, to execute the requirements of the description of scope in this sources sought.� This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel. Contractor�s ability to begin performance upon contract award. Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Telephone responses will not be accepted.� Contractor responses received after the sources sought due date and time will be not accepted.� Exceptions to this receipt deadline will not be granted under any circumstances.� Questions or comments must be submitted via email.� Responses must be received no later than 04:00pm EST on 27 March 2020 by e-mail to stephen.allen2@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1e0090ee5e5a4e5fbe6fb4bd9ae7896a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05590675-F 20200318/200316230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |