Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

J -- Sources Sought for National Maintenance Contract to Test, Inspect and Remanufacture Diesel Engines and Components, and Electrical Generators, Generator Sets

Notice Date
4/1/2020 3:21:51 PM
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
PANAPG20P0000
 
Response Due
4/14/2020 2:00:00 PM
 
Archive Date
04/29/2020
 
Point of Contact
Ed Engbert, P.E., Phone: 4438616071, Monica D. Holmes, Phone: 4438614900
 
E-Mail Address
edward.g.engbert.civ@mail.mil, monica.d.holmes2.civ@mail.mil
(edward.g.engbert.civ@mail.mil, monica.d.holmes2.civ@mail.mil)
 
Description
Description: Specific tasks to be performed include the provisioning of all facilities, services, personnel, tools, materials, parts and equipment, and other items required to disassemble, inspect, clean, repair and rebuild, test, preserve, pack, and deliver, as applicable, reparable diesel Engines, Engine Assemblies, and alternating current electrical generators (AC GENs) used in the Army�s inventory of Mobile Electric Power Systems (MEPS).� See attached draft Performance Work Statement (PWS) and CDRLs for more information. Background: The requirement to replenish field assets and stock availability of Line-Replaceable Unit (LRU) spares has been primarily achieved with buys from approved sources of supply.� However, unserviceable assets in the field or storage can frequently be remanufactured into serviceable spares with �like new� capabilities at less than the replacement cost of buying new.� Alternatively, some assets are no longer procurable from approved sources of supply and the repair or remanufacture of repairable items is the only option for filling back orders and supplying demand in the field.� The objective of the National Maintenance Contract (NMC) is to augment existing procurement alternatives and military depot repair capabilities using commercial sources of repair. Item Demand Quantities: Estimated annual quantities for the purposes of this announcement will vary by item and range from potentially one to more than fifty units per year. Management Activities: The Government is interested in identifying and hearing from vendors that may be either interested in providing remanufacturing services for one or more item assemblies listed in the attached schedule. Suppliers capable of supplying required services shall indicate by writing to: Commander, USA CECOM, ATTN: Edward Engbert, FCDD-ISP-GE, 6565 Surveillance Loop (B6001, Space C3- 322-POD #25); Aberdeen Proving Ground, MD 21005 or by email to Edward Engbert at edward.g.engbert.civ@mail.mil� Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1) 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: 2a) Provide a brief summary of your company and its core competencies. 2b) State if your company is a designated small business and what kind. 2c) Describe the role that your company provides in the remanufacture of the diesel engines, engine assemblies, and AC Generators.� Describe your utilization of subcontractors. 2d) Describe if your company is a distributor or service provider for Original Equipment Manufacturers (OEMs), which ones, and how that relationship supports your capabilities and capacity to support solicited requirements.� Include a statement whether your company is a certified OEM distributor or service provider and the consequence of either having or not having that distinction. 3) Does your Company hold a current Government multi-use contract, such as a GSA Federal Supply Schedule contract, for any of the above items? If so, please provide the current contract number. 4) Has your company provided any of the solicited services 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. 5) Describe your company�s remanufacturing and supply capabilities in terms of stock on hand for production start, minimum lead time notification periods desired, minimum production order requirements, price breaks for volume purchases on a percentage basis, what a full production rate is, and how long it takes to achieve it after contract award.� If initial production can be expedited for a fee, provide any additional cost for expediting production (Rough Order of Magnitude (ROM)), and the expedited production lead time. 6) Describe which repair items your company would primarily be interested in bidding on and why.� If there are any categories or repair items that your company would not bid on, please explain why.� 7a) Describe how your company would utilize the Government Engineering Drawings and/or NSN data to establish a test and inspection system for implementation during the initial Pre-Shop assessment and Final T&I Phases. 7b) Describe how your company would establish and implement a quality control plan to support the Government's and OEM's Configuration Management System and Configuration Baselines, respectively.� 7c) Describe how your company would address obsolescence issues and determining/qualifying OEM form, fit, functional equivalency during remanufacturing services. 8a) Describe your company's perspective on the benefit of potentially having access to representative OEM data plates and serial numbers, or other related manufacturing identification data either machine stamped or cast into OEM engine blocks or other subassemblies during a future bidding process.��� 8b) Would your company be interested in participating in a Government Sensing Session during the solicitation phase in order to ask questions or view typical Engine Assemblies or AC Generator cores?�� 9) 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) 861-5459. Responses to this announcement must be received no later than the deadline of midnight EST on Monday, 6 April 2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/3f6bb10348ef4a019ef2e843060188d3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05607706-F 20200403/200401230148 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.