Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2023 SAM #7956
SOURCES SOUGHT

99 -- MDA Sources Sought/Request for Information (RFI) 60 HZ Diesel-Generator Set Stationary

Notice Date
9/7/2023 8:07:05 AM
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
23-MDA-11576
 
Response Due
9/28/2023 10:00:00 AM
 
Archive Date
10/13/2023
 
Point of Contact
Generator Inbox
 
E-Mail Address
mdageneratorrfi@mda.mil
(mdageneratorrfi@mda.mil)
 
Description
MDA Sources Sought/Request for Information (RFI) 60 HZ Diesel-Generator Set Stationary & Enclosures *See attachments The Missile Defense Agency (MDA) is conducting market research pertaining to market availability, delivery lead times, detailed specifications, and detailed costs for 60 HZ Diesel-Generator Sets Stationary & Enclosures. All generator sets and enclosures are to be priced separately, tax-free and must meet the requirements of the Buy American Act. All generators and enclosures are to be priced freight on board (FOB) to the Marianas Island region of the Pacific, (Guam). The information contained herein only initiates communication with industry in order to assess market potential.� No solicitation document exists at this time.� This Request for Information (RFI) constitutes no Government obligation to procure these items or issue a solicitation.� The Government does not have an obligation to pay for information responding to this RFI and will not accept any responses as offers. � The MDA may consider smaller units with an increase in quantity to allow operation at peak performance. The contractor should provide detailed costs associated with using smaller units verses the larger units that are currently listed in the power load schedule and requirements chart below. Please be advised: The Power Rating listed at Item 1.2.1 on the 60HZ Diesel-Generator Set Stationary document attached, is for example purposes only. Please refer to the actual power load schedule/chart below for the MDAs requirements. POWER LOAD SCHEDULE/REQUIREMENTS CHART: Tier Rating/ Voltage Quantity Size (Nominal) Total Notes Tier 2 � 13.8kv 4 1.00 MW => 4.0MW 4.16KV or 480 might be considered based on availability). Tier 4 � 13.8kv 9 2.725MW => 24.525MW Tier 4 � 13.8kv 6 2.25MW => 6.75MW Tier 4 � 13.8kv 8 2.25MW => 9.0MW OBJECTIVES: All tier 4 units shall need Additional Carbon Monoxide Equipment to limit CO emissions. All units shall be completely containerized for permanent continuous operations. All containers/enclosures shall be designed to be corrosion protected for the Marianas Island region environment. All Units shall have the ability to be skid mounted in the containers with radiators and necessary louvers to accommodate operation. All Units shall be designed to synchronize, parallel and load share in an isochronized mode. All Units shall be designed to allow removal of the unit to perform major service or complete a change out of the entire unit when necessary. All units shall be designed to operate as a continuous operating power plant in a 24/7 mode of operation.� Units must have established unit ratings to operate with the additional Tier 4 and CO equipment installed in a Continuous 24/7 mode of operation. Special MDA requirement: All Tier 4 units shall be equipped with battle short override capability: See page 21, section 2.18.2 for more details on this specification.� The finished installation shall comply with National, Regional, and local regulations and restrictions regarding the limits of emissions, as listed here: EPA Tier 4 with Battle short override. Submit certification from the engine manufacturer stating that the engine exhaust emissions meet the National, Regional, and local regulations and restrictions specified. At a minimum, this certification shall include emission factors for criteria pollutants including nitrogen oxides, carbon monoxide, particulate matter sulfur dioxide, non-methane hydrocarbon, and for hazardous air pollutants (HPAs). DELIVERY LOCATION: Guam, U.S. Territory Because one objective of this Sources Sought is to determine the capability of small business to meet the requirements contained herein, and to inform the acquisition strategy team with regard to setting aside any future acquisition for small businesses, MDA requests the following information: All prime small business contractor responding to this Sources Sought notice must include their previous experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partners� past experience applicable to requirements specified in this Sources Sought. Responsible small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the NAICS for this Sources Sought. RESPONSES:� Vendors who are interested in this requirement and have the requisite capabilities shall submit a response by the date and time specified in this announcement.� At a minimum, responses shall identify capabilities to meet the MDA�s objectives listed above.� Partial solutions will not be accepted. Submissions should not exceed 60 pages � 8.5 x 11 inches pages and shall include the following: Company name, address, point(s) of contact, telephone number(s) and e-mail addresses. Type of business, (i.e., small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc.), under North American Industry Classification System (NAICS) 335312, which contains a size standard of 1,250 employees. CAGE Code and Unique Entity ID created in SAM.gov, GSA schedule contract number and SIN (if applicable). This notice is not a request for competitive proposals/quotes.� All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these systems and services. Verbal responses are not acceptable and will not be considered. The Government highly discourages submitting proprietary or business sensitive information. Proprietary or business sensitive information will be submitted at the vendor's risk. Questions shall be submitted electronically to MDAGENERATORRFI@mda.mil No information will be provided via telephone. All correspondence must be submitted in writing via email. The due date and time for responses to this sources sought is at 12:00 p.m. Central Standard Time on September 28, 2023. Please e-mail responses to the following email address. MDAGENERATORRFI@mda.mil Approved for Public Release 23-MDA-11576 (6 Sep 23)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/983b0bcafd2b4eb19b7ca9d6e876e2d9/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN06823287-F 20230909/230907230105 (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.