Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOURCES SOUGHT

61 -- Sources Sought Notice for the 5, 10, and 15kW Tactical Quiet Generator (TQG) Sets, 60 and 400 Hz

Notice Date
11/21/2006
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T07RA001
 
Response Due
12/8/2006
 
Archive Date
2/6/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Market Survey to locate potential sources of supply for 5, 10 and 15 kW Tactical Quiet Generator (TQG) Sets, 60 and 400 Hz in accordance with Mil-DTL-53133C, 15 April 2002; and, the following specification sheets: Mil-DTL-53133/1- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 5 Kilowatts, 60 Hz Mil-DTL-53133/2- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 5 Kilowatts, 400 Hz Mil-DTL-53133/3- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 10 Kilowatts, 60 Hz Mil-DTL-53133/4- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 10 Kilowatts, 400 Hz Mil-DTL-53133/5- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 15 Kilowatts, 50/60 Hz Mil-DTL-53133/6- Generator Sets, Skid Mounted, Tactical, Quiet, Diesel Engine Driven, Alternating Current 15 Kilowatts, 400 Hz The current source for these units is DRS Fermont, CAGE 93742, under C-E LCMC contract DAAK01-97-D-0034. Orders may be placed on this contract through 8 June 2007. The Government anticipates award of a new, 2 year, indefinite delivery indefinite quantit y type contract with orders to be placed on a firm fixed price basis in July 2007. The Government does possess technical data packages (TDPs) that completely define form, fit and function (F3) of the items required. Applicable TDPs are specified in Parag raph 2.1 of each respective Specification Sheet. The required delivery schedule will be a maximum of up to 500 units (any combination of set sizes) per month with the initial delivery at eight months after receipt of order. The minimum guaranteed initial order is 250 units, combined, all set sizes. For subsequent orders, it is intended that deliveries will continue at a minimum monthly rate of 150 combined (all set sizes) units. The intent is for continuous production of units over a period of two years. The minimum quantity limit, combined all set siz es, for this contract is estimated to be approximately 2000 units and the maximum quantity limit is estimated at 12,000 units. Mil-Dtl-53133C requires a Pre-production First Article (FA) test in accordance with Section 4.0. FAR Clause 52.209-3  First Article Approval  Contractor Testing is applicable. All suppliers, other than DRS Fermont, would be required to conduct a FA in a ccordance with Mil-Dtl-53133c. Testing will be as specified in paragraphs 3.2 and 4.3. Mil-DTL-53133C requires production conformance inspection in accordance with Mil-DTL-53133C paragraph 4.5, and application of CARC paint with camouflage patterns. Potential Suppliers capable of assembly, conformance inspection testing, CARC painting and delivering production units in the required timeframe and quantities as stated above must so indicate, by writing to PEO C3T, PM, Mobile Electric Power (MEP), 102005 Burbeck Road, Suite 105, Fort Belvoir, VA 22060-5863, email William.merrill@belvoir.army.mil. The response should include 1) a statement and confirmation of 240 day production lead time capability to include First Article pre-production testing as applicable, 2) a statement of combined production capacity by month with a listing of all manufacturin g and assembly equipment and other necessary facilities to demonstrate capability with the monthly delivery requirements, 3) a statement of production conformance inspection capacity in accordance with Mil-DTL-53133C paragraph 4.5 with a listing of all tes t facilities and equipment necessary to demonstrate compliance with the monthly delivery requirements, 4) a statement of CARC paint capacity and experience to demonstrate compliance with monthly delivery requirements and 5) and production quantity ranges f or price breaks if applicable. The Government will not pay for information submitted. All proprietary and restricted information s hall be clearly marked. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. Submit via electronic mail no later than close of business on 8 December 2006. All technical questi ons should be directed to Mr. William Merrill at William.Merrill@belvoir.army.mil. No telephone inquiries or requests will be honored. See the Market Survey Notice posted 21 November 2006 on the Communications-Electronics Life Cycle Management Command (C-E LCMC) Interactive Business Opportunities Page (IBOP), at https://abop.monmouth.army.mil, to access specifications and drawings.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01184998-W 20061123/061121220833 (fbodaily.com)
 
Source
FedBizOpps 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.