Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

61 -- Sources Sought for 2 kilowatt diesel generator

Notice Date
3/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12RH003
 
Response Due
4/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
Charles R. Smith, 703-704-0829
 
E-Mail Address
ACC-APG - Washington
(charles.smith112@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This modification changes the last paragraph as follows, from: "...all information being requested in this notice no later than close of business on XX April 2012" to: "...all information being requested in this notice no later than close of business on 23 April 2012" The US Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Program Manager-Mobile Electric Power (PM-MEP) that have available, or have the capability to manufacture, test, and deliver, 2 kW 28 VDC and 2kW 120 VAC 60Hz diesel-engine-driven generator sets using Government furnished Technical Data Packages. The Estimated total quantity of 2 kW generator sets is a total of 9,600 over a five production year period from calendar year 2013 through 2018, with an average delivery rate of 80 sets per month. Peak rate is estimated to be approximately 200 per month. Interested parties with the capabilities to satisfy the above and meet the 2kW generation sets production requirements should submit White Papers, not exceeding 10 pages in length, describing the Contractors experience in fabricating products from government product drawings & specifications, testing of diesel-engine-driven power generation equipment with 2kW output capability and a Rough Order of Magnitude (ROM) unit cost for potential future Government procurements. General information regarding these generator sets can be viewed in the attachment. Additionally, your company's response should include a complete discussion of your ability to meet the above stated requirements and capabilities, facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications required for this production effort. Responses should include a cover letter (not included in the page count) providing: 1.Point of Contact (POC) information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. 2.Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 1,000 employees for the North American Industry Classification System (NAICS) Code 335312. Additionally, responders should include direct answers to the following questions: a.Are you planning on being a Prime or a Subcontractor? (If Prime continue to question b) b.If you are a small business and plan to be a prime please inform how you will meet the limitations on subcontracting (Clause 52.219-14)? c.If your company is awarded the contract, how will you be able to perform at least 50% (percent) of the work required in house? d.The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e.If you are a small business, can your company sustain the effort if not paid for 90 calendar days? f.Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? g.Has your company performed this type of effort or similar type effort (to include size and complexity) before? If so provide Contract Number, POC, e-mail address, phone number, and a brief description of your direct support of the effort. h.Does your company have a SECRET facility or access to one should it be required? i.Personnel performing work under an eventual contract may be required to have a SECRET Facility Clearance. Do your employees who would work on this effort have a SECRET Facility Clearance? j.Does your firm possess an approved Defense Contract Audit Agency DCAA) accounting system? 3.Cage Code and Duns Number. If your company holds a GSA Schedule contract (874 or other), please provide the Schedule number. PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This notice is not a Request for Proposal and the Government does not intend to pay for the information submitted. No contract award will be made on the basis of responses received; however, the information will be used in the assessment of capable sources. If a formal solicitation is generated at a later date, a solicitation notice will be published. It is desirable that data be received with unlimited rights to the Government. However, the Government recognizes that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Contractors shall provide all information being requested in this notice no later than close of business on 23 April 2012 by electronic mail at no cost to the Government. All requests for further information must be in writing and via e-mail; telephonic requests for additional information will not be honored. Please use the EMAIL SUBJECT: Contractor Name 2kW Generator Sets Market Research. E-mail shall be limited to 10MB. You may forward requests for additional information and/or responses to Charles Smith, Contract Specialist at: charles.r.smith1021.civ@mail.mil. Acknowledgement of receipt will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6409c28fa9ca2041185e8f8f0169f1b)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02703189-W 20120324/120322234938-c6409c28fa9ca2041185e8f8f0169f1b (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.