Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOURCES SOUGHT

61 -- Generator Set Requirements

Notice Date
1/27/2005
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00421-05-TBD02
 
Response Due
2/11/2005
 
Archive Date
2/26/2005
 
Description
The Naval Air Systems Command Aircraft Division (NAVAIR-AD,) Special Communications Requirements (SCR) Division, St. Inigoes, MD is seeking to identify all responsible sources capable of providing 120VAC Generator Sets. The generator sets are intended for use with a mix of commercial and military equipment. They will provide the capability to establish and maintain mobile fixed Command and Control (C2) communications from any level within a theater of operations and the ability to rapidly transmit data seamlessly between infiltrated/operational elements and higher echelon headquarters. 120VAC GENERATOR SET REQUIREMENTS ? PARAMETER SPECIFICATION: The generator sets will be connected to an external power control unit. This external power control unit will accept connections from two generator sets to allow for make-before-break crossover operation between the two attached generators and a third, commercial-source power input. The selected generator set must allow for external throttle control to allow for generator output synchronization as part of the make-before-break crossover. This generator set must support a momentary load of 7800 VA (120V at 65A) with the ability to continuously support 6000 VA (50A). Output should be a circuit breaker protected, high amperage panel-mounted socket connector. It should support three-wire connection (Hot, Neutral, and Ground for single-phase power) with a grounding lug provided on the generator chassis for a safety-ground connection. The generator set must be capable of continuous operation for up to 72 hours, and provide an electrical starter motor of appropriate size. The engine should be a two-stroke model with low-oil pressure protection circuitry included. The generator set should be reasonably quiet, although a lighter equipment weight will be given preference over sound dampening. Manufacturers are encouraged to review the Sources Sought Notice for the Generator Controller Unit, which is N00421-05-TBD02. Solutions combining the two capabilities/functions will be given preference. MECHANICAL SPECIFICATIONS: Weight: less than/equal to 300 pounds (required), lighter weight (preferred)/ Integrated Dolly System: not required but preferred (if the prospective manufacturer includes a wheeled dolly, it must be capable of operation over uneven and grassy ground as well as smooth, hard pavement/floors). ENVIRONMENTAL / SPECIFICATIONS: Operational Temperature Range: -30 degrees C to + 50 degrees C (required), -40 degrees C to +50 degrees C (preferred)/ Storage Temperature Range: -50 degrees C to +60 degrees C/ Noise Level (measured at 20 feet): less than 78 dB (A)/ Fuel: diesel (required), multi-fuel (diesel and gasoline) (preferred)/ Fuel Tank: sufficient in capacity to support three-quarters load operation for at least four hours continuous/ Electric Starter: with recoil rope backup sufficient to starting engine over full operational temperature range. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a RFP or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. Interested parties are requested to submit a capabilities statement of no more than (3) pages in length that demonstrates the respondent?s ability to meet the requirements as specified herein. In addition, respondents shall provide a maximum estimated dollar value per unit for the required transmitter. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. It is highly encouraged that responses be submitted electronically to the Contract Specialist in Microsoft Word for Office 2000 compatible format or Portable Document Format (PDF) at the following address: margaret.coberly@navy.mil. Alternatively, the response may be sent by mail to the following address: Department of the Navy, Contracts Group, Naval Air Systems Command Aircraft Division, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, Attn: Mrs. Peggy Coberly, Code 2.5.1.2.2.1. The information may also be faxed to me at (301) 995-8670. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fedbizopps.gov. It is the responsibility of all interested parties to monitor this site for the release of any follow-on information to this sources sought notice. The deadline for response to this request is 11 February 2005.
 
Place of Performance
Address: Naval Air Systems Command Aircraft Division, Villa Road, St. Inigoes, MD
Zip Code: 20684-0010
Country: US
 
Record
SN00741515-W 20050129/050127212230 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.