Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOURCES SOUGHT

61 -- Forward Repair System (FRS)- Generator Services (W9098S)

Notice Date
5/11/2020 12:18:46 PM
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
(W9098S)PANROC-20-P-0000004706
 
Response Due
5/21/2020 12:00:00 PM
 
Archive Date
06/05/2020
 
Point of Contact
Cole Harris, Phone: 3097825562, Carrie Lansing, Phone: 3097827636
 
E-Mail Address
cole.p.harris.civ@mail.mil, carrie.b.lansing.civ@mail.mil
(cole.p.harris.civ@mail.mil, carrie.b.lansing.civ@mail.mil)
 
Description
Forward Repair System (FRS) - Generator Services� PRE-SOLICITATION NUMBER:�PANROC-20-P-004706� The Army Contracting Command - Rock Island (ACC-RI), on behalf of the Joint Manufacturing and Technology Center, Rock Island (JMTC-RI)�is issuing a sources sought notice in an effort to identify capable sources for the�services of FRS Generators, P/N RIA151637.��The Government�intends to award at least one 3-year Indefinite Delivery Indefinite Quantity (IDIQ) contract (base year plus two option years).�� �DISCLAIMER:�� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS OR QUOTES AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� ITEM DESCRIPTION:�� The Forward Repair System (FRS) is a mobile/deployable maintenance and repair shop used by the multiple Department of Defense military branches.� A 35 KW Generator powers the FRS.� A customer pump on the generator is used to provide hydraulic power from the generator to the FRS Crane.� A custom programmed control panel is used to control the generator.��Generator Part Numbers�RIA149333 and RIA151367�are�those currently�in service.��� REQUIRED CAPABILITIES:� The contractor shall overhaul the FRS-Generators�in accordance with (IAW) the parameters outlined in the�Scope of Work,�(SOW)�which is available upon request.� The contractor shall provide all of the tools, equipment, and supplies required to perform he overhaul.� The overhaul shall be performed IAW with Cummins specifications and service manuals.� The custom�pump and custom programmed control panel are not included in the original specifications and service manuals,�therefore the contractor must be an authorized Cummins service center/branch�to service the FRS-Generators.�� SUBMISSION DETAILS:�� Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to�provide the products/systems listed in this Technical Description. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.�� Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Cole Harris,�in either Microsoft Word or Portable Document Format (PDF), via email cole.p.harris.civ@mail.mil�no later than 2:00 PM CST on�21�May�2020 and reference this synopsis number in the subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.�� No telephone requests will be accepted. This is a market survey for planning purposes only and should not be construed as Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a purchase order on the basis of this request for information or otherwise pay for the information solicited. Rock Island Arsenal will only utilize the information you provide in developing its acquisition approach for future requirements.�� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside of the Government.�� If your organization has the potential capacity to provide the required service, please provide the following information:�� 1) Organization name, cage code,�address, primary points of contact (POCs) and email addresses, Web site address, telephone number, and type of ownership for the organization; and identify if a small business concern.�� 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical�capability, organizations should address the administrative and management�structure of such arrangements.� 3) Identify the minimum and maximum production�quantities for the FRS-Generator Services�on a monthly basis.�� 4) Discuss the feasibility of/or alternatives to the Government�s preferred lead-time of 30 days after award for services�to commence.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/145d75e0907f4481bc4b132c3aacc3f5/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN05653763-F 20200513/200511230213 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.