Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SPECIAL NOTICE

99 -- Large Tactical Power System

Notice Date
11/25/2020 3:47:37 AM
 
Notice Type
Special Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-21-R-500K
 
Response Due
12/9/2020 10:00:00 AM
 
Archive Date
12/24/2020
 
Point of Contact
Jara Tartt, Shahaadah C. Nalls
 
E-Mail Address
Jara.N.Tartt.civ@mail.mil, Shahaadah.C.Nalls.civ@mail.mil
(Jara.N.Tartt.civ@mail.mil, Shahaadah.C.Nalls.civ@mail.mil)
 
Description
This announcement constitutes a Request for Information (RFI) notice for planning purposes.� This is not a Request for Proposals. No final solicitation documents exist at this time. This RFI does not constitute a commitment, implied or otherwise, that the Project Manager (PM) Expeditionary Energy and Sustainment Systems (E2S2), specifically Product Manager (PM) Mobile Electric Power Systems (MEPS) will take procurement action in this matter. Neither PM MEPS, the Government, nor support contractors will be responsible for any cost incurred in furnishing this information.�� Responses shall not include classified or proprietary material. Information with classified, �Proprietary�, �Confidential�, or other markings limiting distribution will not be reviewed. �Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests.� Information or statements contained herein are not binding upon the Government. GENERAL BACKGROUND In support of emerging large power system requirements, PM MEPS is interested in understanding industry�s capability to design and manufacture two (2) parallel sources of power with distribution and ancillary equipment, and integrate onto a common U.S. Army Government Furnished Equipment (GFE) trailer (e.g. M172A2).� A single system consists of two (2) skid-mounted power sources with controls and distribution on one (1) trailer.� Information is requested in the form of brief product descriptions.� The power system is envisioned to consist of two (2) parallel power sources each capable of producing 500 KW, 120/208 VAC 3PH. The system will be re-connectable to 240/416 VAC 3PH, adjustable to 277/480VAC 3PH and 60/50 Hz switchable. Power quality is intended to be Utility Class 2A. Specific Design Criteria are included in the Design Criteria section below. SUPPORT CONTRACTOR ASSISTANCE Companies are advised that PM MEPS is supported by Government support contractors who will review information submitted in response to this RFI for the purpose of providing technical advice to the Government. Companies that submit Submission Forms in response to this RFI will be deemed to have waived any objection to the Government's use of support contractors to review their Submission Forms. The Government support contractors work under a contractual nondisclosure agreement that requires them to safeguard controlled technical information.� The contractor may not use, reproduce, modify or release controlled technical information without consent of the owner. REQUEST FOR WRITTEN RESPONSES No industry day is planned. Responses from interested vendors must submit their .pdf document as an attachment via email to Jara.N.Tartt.civ@mail.mil and cc Shahaadah.C.Nalls.civ@mail.mil no later than 09 December 2020, 1300 Eastern Standard Time (EST), for consideration. Responses to technical questions are limited to six (6) pages, 12-point font, Sans-Serif, one (1) inch (in.) margins. The cover page and responses to Business questions do not count against your page count. Cover Page of RFI response should include the following: Business Name Business Size Point of Contact Name Business Address Phone Number Email Address Cage Code The following questions are business questions: 1. Does your organization qualify as a Small Business Administration (SBA) 8(a) Program, Historically Underutilized Business Zones (HUBZone) program, Service-Disabled Veteran-Owned Businesses, Small Disadvantaged Businesses, Small Business, or participant of the government Ability One Program as defined by the SBA under the identified North American Industry Classification System (NAICS)?� If so, identify the status. THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the six (6) page limit. �������� A.� If you identify your company as a Small Business (SB) or any of the SB subcategories as stipulated in Question Number One (1) above, is your company interested in a prime contract for the Design Criteria below? If so, please continue to Question Number Two (2). �������� B. Under the current SB recertification regulations, do you anticipate your company remaining a SB under the Primary NAICS Code (335312 Motor and Generator Manufacturing)? If you are a SB, please answer Questions 2A, B, and C. ������������ 1)� In the event your company was awarded a contract as a result of a subsequent solicitation, would plan to be the prime contractor? Please thoroughly state how you will meet the Limitations on Subcontracting Clause Federal Acquisition Regulations (FAR) 52.219-14? ������������ 2)� If you are a small business, how do you select your partners and/or subcontractors? ������������ 3)� If you are a small business, can you go without a payment for 90 calendar days? 2. �Is your company considered a non-traditional Defense Contractor as defined by 10 U.S.C. � 2302(9)? 3.� Is your company currently registered with an active Prototype Agreements Consortium or a contractor under a Multiple Award Indefinite Delivery Indefinite Quantity Service Contract?� If so, please identify the contract number, title, and agency? 4. Does your company consider the product, as described, to be a commercial product, as defined by the FAR 2.101?� If yes, why? 5. Please provide any comments, questions, or concerns you have as they relate to the design criteria listed below. The following vendor survey questions must be answered within this RFI.� Responses received after the suspense date and time are unlikely to be reviewed. 1. Describe your technical approach to meeting the Government�s technical requirements including the integration of two (2) power sources onto a common trailer. Include a detailed discussion of the required power distribution equipment needed to parallel the power sources and distribution of power. Response: 2.� Provide a rough order of magnitude cost estimate for both initial research and development, as well as full-rate production of the items described in the �Large Tactical Power System Design Criteria� document. For estimating purposes, assume two (2) initial prototypes and a total production of 70 power systems. A single system consists of two (2) skid-mounted power sources with controls and distribution on one (1) trailer. Response: 3.� Describe below your management techniques and capabilities in place. Define your production quality assurance and control process.� Describe your parts inventory management. Describe your ability to order and control all parts and materials. Response: ������ Management Techniques and Capabilities:� ������ Quality Assurance and Control Process: ������ Parts Inventory Management: ����� Ability to order and control all parts and materials: 4.� Describe your capability for supporting packaging and preservation, handling, storage, and transportation. Response: 5.� Describe your facility and infrastructure to support receipt, inspection, production, and final assembly. Response: 6.�� Describe your configuration management process and experience developing, tracking, monitoring, and retaining history to a technical data package baseline. Response: 7.���� Estimate the length of time from receipt of contract to delivery of prototypes.� Response: 8.���� Estimate the length of time from receipt of contract to delivery to establishment of production line and providing first production model to the Government. Response: 9. ��Provide recent examples of past performance as a prime contractor with the demonstrated capabilities to deliver products managing cost, schedule, and performance. Response: 10. ��Product Manager (PM) Mobile Electric Power Systems (MEPS) assumes responding vendors can successfully meet the majority of the design criteria provided; therefore please identify which design criteria�s you cannot meet at this time with a commercially available item that is or will be in production soon. Please indicate what amount of time you would currently need for different technology and industry maturation processes to take place before you could meet the design criteria. Response: PLEASE SEE ATTACHMENT FOR DESIGN CRITERIA
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/129c7f9203b54acb8b263bb82098a439/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05861044-F 20201127/201125230136 (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.