SOURCES SOUGHT
61 -- PROVIDE AND INSTALL A TEMPORARY STANDBY GENERATOR SYSTEM FOR COMMANDER FLEET ACTIVITIES YOKOSUKA (CFAY), JAPAN
- Notice Date
- 3/7/2024 7:09:30 PM
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- NAVFACSYSCOM FAR EAST FPO AP 96349-0013 USA
- ZIP Code
- 96349-0013
- Solicitation Number
- N4008424R0102
- Response Due
- 4/6/2024 10:30:00 PM
- Archive Date
- 04/22/2024
- Point of Contact
- Tanya Santos, Phone: 81468167669, Selethia Middleton, Phone: 81468165420
- E-Mail Address
-
tanya-marie.t.santos.civ@us.navy.mil, selethia.c.middleton.civ@us.navy.mil
(tanya-marie.t.santos.civ@us.navy.mil, selethia.c.middleton.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.� The intent of this notice is to identify qualified, experienced, and interested offerors capable of performing the type of work as described herein for information and planning purposes. The information received will be utilized within the Navy to facilitate the planning and decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.� In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. GENERAL INFORMATION: Naval Facilities Engineering Systems Command (NAVFAC) Far East (FE), Core Execution Team, is seeking potential sources to provide and install a temporary standby generator system that can supply at a minimum 6 Megawatts (MW) of power to existing substation facilities (13.2kV 60 HZ) in Commander Fleet Activities Yokosuka (CFAY), Japan. The generator system must be configured to have a spare transformer (3-Phase, 6.6/13.2kV, 60Hz, 20MVA), a battery storage system for soft-starting existing 20MVA transformers, and be able to parallel to existing Frequency Converters. The system must also be able to supply at a minimum 1.5 MW for a fire protection building. Support items for this system is also required i.e. fuel tank/s, auxiliary equipment, operational training, 24/7 troubleshooting support, periodic maintenance, and ability to coordinate with the off-base utility company in case of a power outage. The estimated period of service for the system is approximately two (2) years after installation and ready for use. The Contractor shall provide all labor management, supervision, tools, materials, equipment, incidental engineering, and transportation, except otherwise specified herein, necessary to complete the project requirements.� CONTRACTOR LICENSING REQUIREMENTS: Any contract for this requirement will be awarded and performed in its entirety in the country of Japan. Contractors must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the contract. Prior to award of any contract, offerors must be registered to do business and possess an appropriate license issued by the Ministry of Land, Infrastructure and Transport or prefectural government in order to perform work under this contract. Offerors will be required to provide verification on such license prior to award to the Contracting Officer if such information is not already on file with or available to the Contracting Officer. STATUS OF FORCES AGREEMENT: The U.S. Government will not offer �United States Official Contractor� status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract for this requirement. Furthermore, unless specifically provided, the U.S. Government shall not certify any employees of a contractor as �Members of the Civilian Component� under Article I(b) of the SOFA. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this Sources Sought Notice by completing and submitting Enclosure (1) Contractor Information Form, to demonstrate capabilities, capacity, and experience. Submission should be no more than 12 single sided page or 6 double-sided pages, including attachments, single spaced, 12 point font minimum. The capabilities package must be complete and sufficiently detailed to allow the Government to determine the firm�s qualifications to perform the defined work. Respondents will not be notified of the results of the Navy�s market research. NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this Sources Sought announcement electronically to Mrs. Tanya Santos at tanya-marie.t.santos@us.navy.mil and Mrs. Selethia Middleton at selethia.c.middleton.civ@us.navy.mil no later than 1430 PM Japan Standard Time (JST) on 7 April 2024. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information may not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d1f699dc031e4fb4bf1f40ec712c7b7b/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN06990138-F 20240309/240307230049 (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 |