SOURCES SOUGHT
59 -- Life Cycle Replacement of the Power Elements (LCR-PE) at the National Training Center (NTC), Fort Irwin, California
- Notice Date
- 7/23/2014
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-NTCIS-2014
- Response Due
- 8/6/2014
- Archive Date
- 9/21/2014
- Point of Contact
- Dorothy Bryant, 407-384-5163
- E-Mail Address
-
PEO STRI Acquisition Center
(dorothy.a.bryant6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE) is conducting market research for the procurement and delivery of equipment in support of lifecycle upgrades to the LCR-PE at NTC, Fort Irwin, CA. This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the LCR-PE at the NTC Fort Irwin, California, as described below under Specified Requirement. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. SPECIFIED REQUIREMENT: The requirement for the life cycle replacement of generators and power conditioners at Live Fire (LF) Camera sites 1 & 2; generator at Live Fire Area 1 (LFA-1); the Solar Power Systems at the ten Enhanced Position Location Reporting System (EPLRS) sites; the Uninterruptable Power Supply (UPS) systems at the seven Fiber Optic Network (FON) terminus shelters; and the generators, auto transfer switches and generator power distribution accessories for the Mobile After Action Review (MAAR) vans. The generators for Live Fire Camera Sites 1 &2 and LFA-1, and the UPS for the FON terminus shelters are subcomponents of the Power Element Component (PEC) of the Range Monitoring and Communications Subsystem (RMCS). The Solar Power Systems at the ten EPLRS sites are subcomponents of the Digital Tactical Monitoring (DTM) Component of the RMCS. The generators, auto transfer switches and generator power distribution accessories are subcomponents of the MAAR Component of the After Action Review Subsystem (AARS). (SOW Attached) REQUESTED INFORMATION: THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a SOURCES SOUGHT synopsis only. All questions should be submitted by email to dorothy.a.bryant6.civ@mail.mil. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VPSB), Hub zone, 8(a), small, small disadvantage, women owned small business, or large business) relative to North American Industry Classification System (NAICS) code #335311 Power, Distribution and Specialty Transformed. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less that demonstrates how your company has the supervision, facilities, labor and experience to provide the requested items described above. Include past experience in providing these items to other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small, (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business, (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (d) Indicate if your firm is a certified Hub zone firm, (e) Indicate if your firm is a woman-owned or operated business, (f) Indicate if your firm is a certified Service-disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small business (VOSB), (g) Include the DUNS number of your firm, (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM. Responses must be emailed to dorothy.a.bryant6.civ@mail.mil no later than 12:00pm EST, August 6, 2014. Your response should include both the STATEMENT OF CABABILITY AND BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place quote mark Attention Power Element Life Cycle Replacement quote mark in the subject line of your email. This SSN is for Market Research purposes only and is being used as an instrument to identify potential sources that can provide the capabilities described within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to determine its acquisition strategy. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result form a response to this SSN.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-NTCIS-2014/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN03435591-W 20140725/140724000202-12a110b3de42236401797a68c3e09ec6 (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 |