Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
MODIFICATION

20 -- Electrical System Upgrade and Assured Power Modification on USS MOUNT WHITNEY

Notice Date
1/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-12-R-7500
 
Point of Contact
Charles.T. Reeves, Phone: 202-685-5945, Steven Galer, Phone: 202-685-0510
 
E-Mail Address
charles.t.reeves1@navy.mil, steven.galer@navy.mil
(charles.t.reeves1@navy.mil, steven.galer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code: Presolicitation (2) Date: 17 January 2012 (3) Year: Fiscal Year 2012 (4) Contracting Office Zip Code: 20398 (5) Classification Code: 20 - Ship and marine equipment (6) Contracting Office Address: 914 Charles Morris Ct SE, Washington, DC 20398 (7) Subject: Electrical System Upgrade and Assured Power Modification on USS MOUNT WHITNEY (8) Proposed Solicitation Number: N00033-12-R-7500 (9) Closing Response Date: To be determined; tentatively 23 March 2012 (10) Contact Point or Contracting Officer: Steve Galer, steven.galer@navy.mil, 202-685-0510 and Taylor Reeves, charles.t.reeves1@navy.mil, 202-685-5945 (11) Contract Award and Solicitation Number: To be determined (12) Contract Award Dollar Amount: To be determined (13) Contract Line Item Number: To be determined (14) Contract Award Date: To be determined (15) Contractor: To be determined (16) Description: The Military Sealift Command (MSC) Special Mission Program Office (PM2) requires the services of a company specializing in marine electrical power systems to perform design, build, and installation support and testing of a major reconfiguration of the power system on USS MOUNT WHITNEY (LCC-20). The above requirement is to design the system; there will be options to perform equipment procurement/fabrication of major system components, and provide shipyard installation support. These options will be unilaterally exercised at the Government's discretion. The term ‘major system components' incorporates switchboards, power management system, ship's service diesel generators, uninterruptable power supplies and any additional system components identified to have a lead time in excess of 60 calendar days. System design, fabrication, and installation will need to meet applicable ABS, USCG, and IEEE requirements. (17) Place of Contract Performance: The design and manufacture will take place at the Contractor's facility. The place of performance for the installation is to be determined. For the purposes of providing an offer, offerors shall assume installation support will be provided in Gaeta, Italy. (18) Set-aside Status: None. This requirement will be competed on a full and open basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-12-R-7500/listing.html)
 
Place of Performance
Address: The design and manufacture will take place at the Contractor's facility. The place of performance for the installation is to be determined. For the purposes of providing an offer, offerors shall assume installation support will be provided in Gaeta, Italy., Italy
 
Record
SN02655333-W 20120119/120117234148-93ce5f23d7327b62e89685a1d9559196 (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.