Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOURCES SOUGHT

61 -- Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2) Power Distribution Illumination Systems, Electrical (PDISE)

Notice Date
7/10/2023 11:16:40 AM
 
Notice Type
Sources Sought
 
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-23-R-G002A
 
Response Due
7/14/2023 12:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Danny W. Lester, Phone: 7037040819, Tony D. Adams, Phone: 7037040849
 
E-Mail Address
danny.w.lester.civ@army.mil, tony.d.adams10.civ@mail.mil
(danny.w.lester.civ@army.mil, tony.d.adams10.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
QUESTION/ANSWER TO OFFERORS PROVIDED:�� QUESTION:��NAICS code 335312 is for motor and generator manufacturing. NAICS code 335311 is for power, �distribution, and specialty transformer manufacturing. � Will the government accept NAICS 335311 code? GOV RESPONSE:��NAICS Code 335311 - Power, Distribution, and Specialty Transformer Manufacturing is added to this notice in addition �to the NAICS code 335312 - Motor and Generator Manufacturing. Businesses of all sizes are encouraged to respond. ----ORIGINAL ANNOUNCEMENT BELOW---- This Sources Sought Notice (SSN) is for informational purposes only.� This is not a �Request for Proposal (RFP)�.� It does not constitute a solicitation and shall not be construed as a commitment by the Government.� Responses in any form are not offers and the Government is under no obligation to award a contract from this announcement.� No funds are available to pay for preparation of responses to this announcement.� Therefore, the Government will not be liable for payment of any preparation expenses and information and materials received in response to this SSN W909MY-23-R-G002A and is in no way obligated by the information received.� Any costs incurred by interested companies in response to this announcement will not be reimbursed.� Any information submitted by respondents to this technical description is strictly voluntary.� Responses will not be returned to the responder.� Not responding to this notice does not preclude participation in any future request for quote (RFQ) or invitation for bid (IFB) or RFP, if any issued.� If a solicitation is released, it will be synopsized on the Government-wide point of entry (GPE) at SAM.GOV.� It is the responsibility of potential offerors to monitor the GPE additional information pertaining to this requirement/SSN. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. It is the responsibility of the potential interested parties to monitor this site for additional information pertaining to this requirement.� NOTE: The use of SSN W909MY-23-R-G002A is for tracking purposes only and shall be referenced in any responses to this subject solicitation. All interested parties are encouraged to respond by submitting a response by the due date specified in this solicitation notice. This market research may be used by the Government in developing a future production acquisition strategy and Statement of Work for production of Power Distribution Illumination Systems, Electrical (PDISE). PDISE is a family of power distribution equipment which transmits electrical power between military generator sets and using equipment. Based on the responses to this SSN and government market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DESCRIPTION The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources for PDISE equipment, on behalf of PM E2S2 as a means of conducting market research. These sources shall have the capability to manufacture, test, and deliver power distribution equipment used by the US Army. This equipment includes ruggedized power distribution systems, Military Class-L connectors, and associated cable assemblies. PURPOSE The purpose of this Sources Sought is to identify potential sources who have the capability to fully and effectively interpret government specifications and government furnished Technical Data Packages (TDPs) to manufacture PDISE. These TDPs include both specifications and drawings which describe the details, performance, and conformance testing of this equipment. TDPs are available upon request for the PDISE presented in Requirements. In addition, potential sources must be fully capable of conducting production conformance testing in accordance with MIL-DTL-53126. The PDISE equipment is expected to be procured over a 5-year period. The contract is expected to be a Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract using Government furnished Technical Data Packages (TDP). The Primary Work Location will be the Contractor Facility. BACKGROUND The Project Manager (PM) Expeditionary Energy and Sustainment System (E2S2) is a leader in developing, fielding, and servicing power generation and power distribution for the Army applications and is conducting market research in support of the PDISE program. The current PDISE family includes the M200A/P, M100A/P, Electrical Feeder Systems, M40A/P, M60 A/P Electrical Distribution Systems and M46 Electrical Utility Assembly. PDISE are ruggedized, man-portable equipment that allow the distribution of electricity between generators and user equipment in the field. Each system has associated accessories and cables. The M46 provides utility receptacles and lighting fixtures. General information on PDISE can be viewed www.peocscss.army.mil/pdmmeps.html. �The PDISE units are described in the Requirements Paragraph. REQUIREMENTS� PDISE is a military version of a portable circuit breaker box or panel with various sizes of circuits and circuit overload protection. PDISE includes cables used to connect the generator to the load. PDISE includes a utility kit which can be used to illuminate the field shelters. PDISE is capable of, singularly or in combination with each other, being connected direct to generator sets ranging from 5 kilowatt (kW) to 200 kW.� Users can establish operation within 30 minutes to 4 hours of arrival at a site.� The PDISE are: M200 A/P PDISE, Electrical Feeder System: (NSN 6150-01-308-5672) M100 A/P PDISE, Electrical Feeder System: (NSN 6150-01-308-5671) M40 A/P PDISE, Electrical Distribution System: (NSN 6150-01-307-9446) M60 A/P PDISE, Electrical Distribution System: (NSN 6150-01-307-9445) M46 PDISE, Electrical Utility Assembly: (NSN 6150-01-208-9751) M200 A/P Electrical Feeder System: The M200 is capable of accepting 120/208V, three phase, 50/60 Hz input from the generator source. �It has one (1) 200 Amp input circuit with three (3) 100 Amp, four (4) 60 Amp and one (1) 20 Amp output circuits. The system o includes a 5-feet pigtail and four (4) 25-feet 200 Amp feeder cables. M100 A/P Electrical Feeder System: The M100 is capable of accepting 120/208V, three phase, 50/60 Hz input from the generator source. �It has one (1) 100 Amp feed-through input and output circuit and two (2) 60 Amp, two (2) 40 Amp and two (2) 20 Amp output circuits. The system includes 5-feet pigtail and two (2) 50-feet 100 Amp feeder cables. M40 A/P Electrical Distribution System: The M40 is capable of accepting 120/208V, three phase, 50/60 Hz input from the generator source. �It has one (1) 40 Amp input circuit and twelve (12) 20 Amp single-phase output circuits. The system includes a 5-feet pigtail, two (2) 50-foot 40 Amp distribution cables, extension cables, Ground Fault Circuit Interrupter (GFCI) cables, and duplex receptacle. M60A/P Electrical Distribution System: The M60 is capable of accepting 120V, single-phase, 50/60 Hz from the generator source. It has one (1) 60 Amp input circuit and six (6) 20 Amp output circuits. The system includes a 5-feet pigtail, one (1) 100-feet distribution cable, extension cables, GFCI cables, and duplex receptacle. M46 Electrical Utility Assembly: The M46 Utility Assembly is similar to wall outlets in a fixed facility. The M46 comes in a transit container that contains branch circuit assembly, cables, lights, and duplex receptacles. The dimensions (in inches) and weight (in pounds) of the PDISE are: M200: Length 33.5, Width, 22.97, Height 20.37, Weight 140 M100: Length 24.25, Width, 22.35, Height 20.37, Weight 77 M40: Length 24.25, Width, 21.74, Height 16.12, Weight 55 M60: Length 24.25, Width 21.74, Height 15.5, Weight 45 M46: Length 41.00, Width 21.00, Height 25.00, Weight 100 Summary of PDISE Preservation, Packaging, Packing and Marking (PPPM) Requirements The PDISE M200, M100, M40, and M60 are packed and crated for storage and transit. The PPPM requirements are defined in the Technical Data Package (TDP). The PDISE feeder and distribution systems are packed in a plywood and lumber crate conforming to ASTM D6251, Type III, Class 2, and Style A, modified and sized to their respective TDP. The approximate dimensions (in inches) for crated PDISE are: M200: Length 94.00, Width 42.00, Height 31.00 M100: Length 76.00, Width 37.00, Height 33.00 M60: Length 48.00, Width 35.00, Height 24.75 M40: Length 48.00, Width 35.00, Height 24.75 The M46 utility kit is transported and stored in a reusable Grade 2 polyethene case suitable for extended use in extreme climate. INFORMATION REQUESTED: Criteria for Sources Sought Notice: Interested parties with the capabilities to satisfy the above and meet the Power Distribution Illumination Systems, Electrical (PDISE) equipment production requirements should submit a cover letter and response to the Technical Narrative describing the contractor's experience in fabricating products from Government product drawings & specifications and testing of power distribution equipment, organizational capabilities and a Rough Order of Magnitude (ROM) unit cost for each item. The response is limited to 15 pages, excluding the cover letter. Submissions must be in sufficient detail to enable the Government to determine if the potential vendor either has the required the capabilities and production qualifications required for this production effort. The response shall at a minimum address all questions and requested information in the Preparation and Submission Instructions. Preparation and Submission Instructions. The government does not require or desire elaborate submissions. The government requires a Cover Letter and Technical Narrative as part of your response. A. COVER LETTER: The cover letter shall address each question. The cover letter shall be submitted as a .pdf file and WORD file (both files must be identical). 1. Point of Contact Information: company name, contact name, company address, website, contact phone number, and contact email address. 2. Cage Code and Duns Number: If your company holds a GSA Schedule contract, please provide the Schedule number. 3. Statement as to whether your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 1,000 employees fort the North American Industry Classification System (NAICS) Code 335312. For more information, refer to: https://www.sba.gov/document/support-table-size-standards 4. Years in businesses and number of employees. 5. Are you planning to be the Prime Contractor or a Subcontractor? 6. If you are a small business and plan to be the prime contractor prime, how you will meet the limitations on subcontracting Clause 52.219-14? 8. If you are a small business does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as an example with Contract number(s) and Dollar value that is relevant to this requirement effort. 7. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? 9. If you are a small business, can your company sustain the effort if not paid for 90 calendar days? 10. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? 11. If your company is a large business, what is your plan to utilize small businesses in meeting these requirements? B. TECHNICAL NARRATIVE: The Technical Narrative shall not exceed 15 pages. The Technical Narrative shall be submitted in both WORD and *.pdf file (both files must be identical.) The Technical Narrative shall have sections: 1. COMPANY PROFILE a. Brief Company History A brief overview of your corporate core capabilities relevant to successfully fulfilling the government�s requirement for PDISE. b. Organization Structure Include Key staff, staff size, and corporate and staff certifications and training relevant to manufacture, testing, and inspection, and quality control for PDISE. c. Staffing Capabilities Include staff retention, training, and cross-training practices, annual turnover rates, and average time to hire. 2. CORPORATE EXPERIENCE AND PAST PERFORMANCE a.� Corporate Experience Provide a summary your company history with Government Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. Negative replies required. b. Past Performance Provide past performance of similar size, scope, and complexity. Include a description of the work your company preformed and if you were the prime or subcontractor. Provide contract number, value, customer, and period of performance. Provide Point of Contact (POC) name, e-mail address, phone number. �Limit your response to no more than 2 past performances. �Each past performance is limited to 2 pages. 3. COMPANY CAPABILITIES a. Facilities Describe your facilities, availability, size, location(s) and manufacturing equipment and capacity to support PDISE production. b. Build to Print Experience Describe your experience fabricating, inspecting, testing, and delivering products using government Technical Data Packages (TDPs) (drawing and specifications). c. Testing Experience Describe your experience performing specified military testing requirements. d. In-house Testing Describe in-house capabilities testing power distribution equipment such as but not limited to cable immersion testing, voltage leakage, continuity, or other capabilities.� e. Project Management Describe you project management and production control processes used to meet contract cost, schedule, and Performance requirements. f. Production Control Describe your Production Control System, document and records, and reporting. g. Quality System Describe your Corporate Quality System, including corporate certifications, monitoring quality of acquired components and/or materials, and quality control and 100% inspection of completed PDISE. h. Estimating Describe your estimating, bill of material (BOM) process, and tools. i. Sourcing Describe your process and systems for sourcing components and materials and planning for obsolesce or unavailability. j. Managing Production Risks Describe how you have or plan to mitigate supply chain or workforce disruption impact on production. k. Packaging and Packing Describe your experience with standards-based Preservation, Packaging, Packing and Marking of equipment for storage and shipping. 4. ESTIMATED COST BY PRODUCTION RANGE SIZE Provide quantity-based, per unit cost ROMs for each PDISE: M200 A/P Electrical Feeder System, M100 A/P Electrical Feeder System, M40 A/P Electrical Distribution System, M60 A/P Electrical Distribution System, and M46 Electrical Utility Assembly. For each PDISE, provide range pricing for each quantity: 1-50, 51-100, and 101-200. Eligibility The applicable NAICS code for this requirement is 335312 Businesses of all sizes are encouraged to respond. Additional Information and Submission Details. Please note that if a characteristic or capability is not addressed the Government will assume the respondent does not or cannot meet the salient characteristics of this market survey. Based on all the above, the Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform the� requirement; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance, hiring and retention of key personnel, and risk mitigation. Responses shall be electronically submitted to the Contract Specialist and Contracting Officer as both Microsoft Word and PDF and shall not exceed a total length of 15 pages excluding the cover letter. The following formats shall be used for all submitted documents: Page Size: 8.5 x 11.0 inches Margins: 1 inch all around Line Spacing: Single Font: Times New Roman Font Size: 12-point Tables may use 10-point font. Illustrations such as flowcharts, organizational charts, and similar graphics may use smaller fonts provided they are legible and readable. All questions must be submitted to the Contract Specialist and Contracting Officer identified below no later than (NLT) 30 June 2023 by 3:00 PM Eastern Standard Time (EST).� For your questions refer to the attached file entitled PDISE Format_Questions and Responses and list the section of concern, description, and specific question(s). 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 the Government.� No classified information shall be submitted. No phone calls will be accepted. The point of contact telephone numbers are NOT active and email-only questions or responses are encouraged as specified with the emails above, Contract Specialist and Contract Officer listed below.� The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise from your response(s) to this Sources Sought. The deadline for response to this request is NLT 14 July 2023 by 3:00 PM EST. All responses under this Sources Sought must be e-mailed to the Contract Specialist at Tony Adams, email: tony.d.adams10.civ@army.mil and the Contracting Officer Danny Lester at his email: danny.w.lester.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f7cf04a7f624740a26befed98de9a89/view)
 
Place of Performance
Address: Fort Belvoir, VA 22153, USA
Zip Code: 22153
Country: USA
 
Record
SN06742784-F 20230712/230710230052 (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.