Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SOURCES SOUGHT

61 -- Sources Sought for Acquiring Products and Commercial Engineering/Production Capabilities

Notice Date
10/31/2023 2:00:36 PM
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-24-003
 
Response Due
11/24/2023 1:30:00 PM
 
Archive Date
12/09/2023
 
Point of Contact
Hassan Azzam, Edward Engbert
 
E-Mail Address
Hassan.A.Azzam.civ@mail.mil, edward.g.engbert.civ@army.mil
(Hassan.A.Azzam.civ@mail.mil, edward.g.engbert.civ@army.mil)
 
Description
Sources sought survey for acquiring products and commercial engineering and production capabilities for the following Line Replacement Unit and major subassemblies: The following Product Service Codes apply: 2815 & 6115 NAICS CODE: 335312 NSN: 6115-01-431-3062; 10 kW Generator Set, Diesel, Engine (10 kW Auxiliary Power Unit (APU) Generator Set, Model 903A) P/N: MEP-903A CAGE CODE: 30554� P/N: 13230E6218 CAGE CODE: 97403 NSN: 2815-01-543-7016; Kubota Engine Assembly used on 10kw Auxiliary Power Unit (APU) Sets - 903A P/N: 13230E6303 CAGE CODE: 97403 NSN: 2815-01-456-6955; Kubota Engine used on 10kw Auxiliary Power Unit (APU) Model 903A P/N: 13230E6303 CAGE CODE: 97403 P/N: 16881-00000 CAGE CODE: 0XWR1 P/N: D722TB-11 CAGE CODE: 0XWR1 NSN: 6115-01-484-6250; Generator, Alternating Current used on 10 kW APU Model 903A P/N: 13230E6302 CAGE CODE: 97403 P/N: 4X687 CAGE CODE: BCI162N16 This is a Market Survey to identify both 1) sources of supply and 2) vendor interest with engineering design / qualification / production capabilities for the above referenced items. APU DESCRIPTION: The 10 kW APU is a power source consisting of a self-contained engine and generator, including remote controls, capable of producing electrical power when connected to its host�s source of fuel and starting power.� The APU is a Line Replacement Unit (LRU) used on multiple Army vehicle platforms/systems.� The Govt owns the Technical Data Package (TDP) for the APU.� APU RATINGS: �Rated voltage is 120 and 240 volts alternating current (VAC). Rated frequency shall be 60 Hz. Rated power factor is 0.8. �Rated speed is 3,600 rpm. �Rated power is 10 kW at 0.8 power factor (pf) lagging. The APU is re-connectable for the following voltages: a) 120-volt, single-phase, 2-wire; b) 120/240-volt, single-phase, 3-wire. ENGINE: The Engine is a model D7222-B with a rated 16.3 HP at 3,600 RPM and it is used on the 10 kW Auxiliary Power Unit (APU), NSN 6115-01-431-3062, PN MEP-903A, Cage Code 30554.� The Engine is a Source Control Item approved for procurement solely from the Original Equipment Manufacturer (OEM), Kubota Tractor Corp, (CAGE CODE OXWR1), PN 16881-00000 and D722TB-11.� TDP Drawings for the Engine are attached to this announcement along with the pictures of two serial numbers embedded in the engine block of two separate engines used on an Army 10 kW APU Model 903A.� The data might be useful in recreating the Bill of Materials (BOM) used during production by the OEM. ENGINE ASSEMBLY: The Engine Assembly includes the Engine and multiple add-on accessories, and it is used on the 10 kW Auxiliary Power Unit (APU).� TDP Drawings for the Engine Assembly are attached to this announcement. AC/GENERATOR (AC/GEN): the AC/GEN is a 10 kW single bearing, synchronous, brushless, drip proof, PF 0.8; Fan Cooled, Direct Coupling, Continuous. ��The AC/GEN is a Source Control Item approved for procurement solely from the OEM, Newage International, Ltd.; NSN: 6115-01-484-6250, PN and Model BCI162N16. �The AC/GEN is used on the 10 kW Auxiliary Power Unit (APU).� Drawings are attached to this announcement. DEMAND QUANTITIES: for the purposes of this survey, vendors can assume that the Army is preparing to support the procurement of an average quantity of 15 units of each item above on an annual basis over the next five years. ARMY TECHNICAL MANUAL (TM) 9-6115-670-14&P: TM, �Operator�s, Unit, Direct Support Maintenance Manual (Including Repair Parts and Special Tooling List) for the Auxiliary Power Unit Model No. MEP-903A (SCIPS)� is approved for Public Release with unlimited distribution.� Copies are available upon request in writing. APU DETAIL SPECIFICATIONS AND TECHNICAL DATA PACKAGE (ENGINEERING DRAWINGS): copies of 1) original Detail Specifications, MIL-DTL-53135 (ME), 9 September 1996, and 2) the APU Technical Data Package (TDP) with Engineering Drawings, are available upon request in writing. ENGINE OBSOLESENCE: the Army wishes to confirm whether the Engine is procurable from the OEM or a distributor.� It is believed that the original engine design was unable to comply with updated air emission and pollution control requirements and production of the design was terminated by the OEM for distribution in the USA. However, previous research indicated that the major components of the engine, such as the engine block and crankcase, were procurable from the OEM as recently as 2018.� AC/GEN OBSOLESENCE: the Army wishes to confirm whether the Engine is procurable from the OEM or a distributor.� It is believed from previous research that the original 10 kW APU Newage / Stamford Generator Model BCI 162E is no longer in production and is obsolete; it is our understanding that Newage was acquired by Stamford and that although the Form, Fit and Function of the original Part are different, the closest equivalent match is Model # PI142D-1J.� NEW / OLD STOCK: the Army would like to identify sources of supply with New, Old Stock for either the Engine or Engine Assembly, AC GEN, or 10 kW APU. ENGINEERING REDESIGN / PRODUCTION CAPABILITES: The Government will consider parts from other sources that have the same form, fit, and function as the required parts. Alternate parts would have to pass extensive performance and qualification testing to ensure the parts meet the Military's performance requirements. The cost of which would be considered in the acquisition decision. Successful supplier may be required to warrant that the item supplied will satisfactorily perform when used for the purpose intended by the Army. The selected contractor may be expected to perform qualifying testing at its facility under Government�s supervision, compile test data and submit a final test report to the Government.�� Response Instructions Contractors capable of supplying the aforementioned parts and services must so indicate, by writing to Commander, USA CECOM, ATTN: FCDD-ISP-GE, building 6001, Aberdeen Proving Grounds, MD� 21005 or by email to: �Hassan.A.Azzam.civ@army.mil �& Edward.G.Engbert.civ@army.mil The response must include the unit development lead time, rough order of magnitude cost estimates per unit, vendor name, CAGE code, company address, name of the company�s representative, company�s Tel/fax#, and applicable email address, and any other information that could affect the acquisition. � The successful contractor shall be required to warrant that the units will satisfactorily perform when used for the purpose intended by the Army. �The deadline for response is 24 November 2023. Interested vendor responses must include documentation such as test results, copy of purchase orders if the supplier was a vendor to the listed source or a statement from listed source demonstrating that the supplier can supply the Army with a unit from the listed source. The response should also include production lead times, number of years parts will be available, rough order of magnitude (ROM) cost estimate on a per unit basis, price break ranges if applicable, part number & CAGE # of proposed parts, or any other information that could affect the acquisition, supply and delivery of the parts. Please complete the following questions. If a question does not apply, please enter N/A or non-applicable Notice, Response Due Date, and Points of Contact: � This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract based on this Source Sought Announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This SSA 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/or to assist in making acquisition strategy decisions in the future. TDP RECEIPT INSTRUCTIONS: PLEASE NOTE: All requests for TDPs MUST be submitted to the DLAAberdeen.SourcesSought@dla.mil inbox within 7 days of the posting date of this SSA/MR request in order to allow time to verify JCP status. If your company does not have an approved DD2345, please reach out to JCP-ADMIN@dla.mil or visit https://www.dla.mil/Logistics-Operations/Services/JCP/ INTERNATIONAL TRAFFIC IN ARMS REGULATIONS: The TDP for this acquisition is subject to the International Traffic in Arms Regulations (ITAR). All technical documents for this item include but is not limited to, test plans, test reports, drawings and specifications contains information that is subject to the controls defined in the International Traffic in Arms Regulation (ITAR). This information shall not be provided to non- U.S. persons or transferred by any means to any location outside the United States Department of State. A company wishing to receive the TDP must have an active status in the Defense Logistics Agency Joint Certification Program (JCP) and must complete the attached NDA. Please email our central inbox DLAAberdeen.SourcesSought@dla.mil with the Notice ID (DLA-Aberdeen-24-003) in the subject, the completed and signed NDA attached to the posting, a copy of your company's DD2345 (JCP), and a copy of your company�s CAGE verification in SAM (System for Award Management). Once the Government has received your NDA, and your company CAGE has been verified to have active status in JCP, we will upload the TDP to DoD SAFE https://safe.apps.mil/. You will then receive an email from DoD SAFE site with a link to the package ID and a password. The TDP may contain drawings in a C4 format. Software to view C4 drawings is available for download through http://www.landandmartitime.dla.mil/Viewers.asp. *PLEASE NOTE* The NDA signee and data custodian listed in JCP should be the same person. Please verify that the correct data custodian is listed in the JCP Portal and update if necessary. Instructions for updating information and the link to the portal itself can be found at: https://www.dla.mil/Logistics-Operations/Services/JCP/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0caedcbc5c74ac380bf50516c9e1db2/view)
 
Record
SN06872678-F 20231102/231031230053 (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.