Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

41 -- Pre-solicitation and Industry Day Notice for 9,000 18,000 and 36,000 British Thermal Unit/Hour (BTU/H) Improved Environmental Control Units (IECUs)

Notice Date
5/20/2008
 
Notice Type
Presolicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Acquisition Center - Washington, US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-08-R-0014
 
Response Due
6/20/2008
 
Point of Contact
Maureen Barlow, 703-325-6093
 
Small Business Set-Aside
N/A
 
Description
All interested parties are encouraged to read this entire pre-solicitation announcement. It is the intent of the US Army CECOM LCMC Acquisition Center Washington office to issue a Request for Proposal (RFP) using Full and Open Competition on behalf of the Department of Defense (DoD) Project Manager- Mobile Electric Power (PM MEP) for four Improved ECU variants: 1) 9,000-Btu/hr, 115 volt, single phase, 50/60 Hertz; 2) 18,000-Btu/hr, 208 volt, 3 phase, 50/60 Hertz; 3) 18,000-Btu/hr, 230 volt, single phase, 50/60 Hertz; and, 4) 36,000-Btu/hr, 208 volt, 3 phase, 50/60 Hertz. The acquisition will be executed in four phases. First, a full and open competitive acquisition will be conducted, culminating in award of up to two Indefinite Delivery/ Indefinite Quantity (ID/IQ) contracts for performance of parallel IECU Phase I development efforts, with availability for ordering further development and production. During Phase I, the two selected contractors will separately perform twelve month Cost-Plus-Fixed-Fee (CPFF) Delivery Orders for the Phase I of System Development and Demonstration (SDD). Phase I will include design and fabrication of two prototypes of the 9,000-Btu/hr, 115 volt, single phase, 50/60, and two prototypes of the 18,000-Btu/hr, 208 volt, 3 phase, 50/60 Hertz, as well as limited testing to evaluate the contractors' performance. Following completion of Phase I, the Government intends to conduct a down-select between the two Phase I contractors; and select one to perform a twenty-four month Phase II CPFF Delivery Order requiring completion of SDD efforts on all four IECU variants. During Phase II, the contractor will be required to design, fabricate, and test eight prototypes per variant to total thirty-two prototypes. Additionally, all four variants will be subjected to Product Qualification Test (PQT), Logistics Demonstration, and User Evaluation. Technical Data Packages (TDPs) and Electronic Technical Manuals (ETMs), along with other logistics documents, will be developed and validated for all four variants. Phase III will be a Delivery Order for an eight month Firm-Fixed-Price (FFP) Delivery Order for Low-Rate Initial Production (LRIP), requiring delivery of 60 of each IECU variant. Phase IV is Full Rate Production and will allow for issuance of FFP Delivery Orders for a maximum of approximately 9,460 IECU units. Phase III and IV also include the purchase of initial spare and repair parts, updates to logistics documentation, and user training. The small business size standard for NAICS 333415 is 750 employees. Small business subcontracting plans are required for all contractors who exceed this standard. In anticipation of issuance of this RFP, an Industry Day will be held at the Fort Belvoir Officers' Club, 5500 Schultz Circle, Building 20, Fort Belvoir, VA 22060. Industry Day will begin at 0900 hours on 23 June 2008 with a general session for all participants which may require up to three hours. Following the general session, individual-company sessions will begin. Time with individual industry representatives will be scheduled in advance and limited to no longer than one hour sessions. If needed, individual-company sessions will continue on 24 June 2008 starting at 0900 hours. The purpose of the general session is to facilitate exchange between the Government and Industry on the Army Improved Environmental Control Unit (IECU) efforts. Informal comments and questions on the Army's draft solicitation for the 9/18/36k IECU program will be sought from industry. The purpose of the individual sessions is for the Government to obtain information and literature on any IECU systems that industry has to offer. Draft solicitation W909MY-08-R-0014 is being developed to provide a more comprehensive understanding of the proposed requirement and will be posted in approximately two weeks at the Interactive Business Opportunity Page (IBOP) website for industry to review prior to the meeting: https://abop.monmouth.army.mil. Interested parties will be required to register at the website prior to accessing the documents. The draft solicitation may be used as a guideline by industry to help determine what products they have that are in compliance with military needs. Written comments/questions from industry on the specification are welcome and must be emailed to the two addresses shown below, along with a copy to Maureen Barlow, e-mail maureen.barlow@us.army.mil. Email comments/questions no later than three business days prior to the Industry Day. Individual sessions must be scheduled no later than 9 June 2008. No individual sessions will be established at the event. Contractors should RSVP by 9 June 2008, via e-mail, of their intent to attend the meeting in order to facilitate visitor processing upon arrival. Please provide the names, citizenship, company being represented, and point of contact information (business mailing address and telephone number) for each attendee. For RSVP notification, please contact: Ike Lee, via email: dongik.lee@us.army.mil, or Jeffrey Taylor, via email: jeffrey.g.taylor@conus.army.mil. EMAIL SUBJECT: 9, 18 and 36K Improved Environmental Control Units (IECUs) Industry Day. Directions and information on hotels and travel accommodations will be provided directly to registrants. The Government will not reimburse interested sources or responders to this notice or documents posted under this announcement, for any costs incurred in responding, or for subsequent exchanges of information. Information submitted does not constitute a proposal, but will be considered an exchange of capabilities and ideas. The Government does not intend to publish the questions and comments received as a result of this announcement; however, the feedback received will be considered in finalizing the requirements. If interested in this opportunity, please continue to monitor the website identified above for updates to this requirement. It is expected that the RFP will be posted on or about 2 June 2008 to the IBOP website at https://abop.monmouth.army.mil. Contract Specialist, Maureen Barlow, 703-325-6093; Contracting Officer, Patricia Davis, 703-325-1713.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f4c31d2298029e0e943610c892f6c129&tab=core&_cview=1)
 
Place of Performance
Address: US Army CECOM LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
 
Record
SN01577671-W 20080522/080520223302-f4c31d2298029e0e943610c892f6c129 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.