Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOURCES SOUGHT

61 -- SOURCES SOUGHT - ADVANCED RADAR DETECTION AND EVALUATION LABORATORY (ARDEL) GENERATOR(S) - CONTROLLED ATTACHMENTS

Notice Date
10/10/2014
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016415RGR73
 
Archive Date
11/10/2014
 
Point of Contact
Miriam Hornbuckle, Phone: 812-854-2637
 
E-Mail Address
miriam.hornbuckle@navy.mil
(miriam.hornbuckle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-15-R-GR73 - SOURCES SOUGHT - ADVANCED RADAR DETECTION AND EVALUATION LABORATORY (ARDEL) GENERATOR(S) -FSC 6115 - NAICS 335312 Issue Date: 10 OCT 2014 - Closing Date: 27 OCT 2014 - 2:00PM EDT This Sources Sought Synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The U.S. Navy is in the process of seeking sources capable of providing generator supplied prime power to the Advanced Radar Detection and Evaluation Laboratory (ARDEL). The included Statement of Work, Specification, and CDRLs describe the Government's power requirements. The Government is seeking sources that would be capable of obtaining or acquiring suitable generator equipment to provide the required power, installing the system at the ARDEL site at the Pacific Missile Range Facility (PMRF) on Kauai, Hawaii, performing suitable testing to validate the power system meets the ARDEL site requirements and providing the option for the contractor to maintain the power generation system for five (5) years. This sources sought is issued solely for informational, planning purposes, and market research in accordance with FAR Part 10. This sources sought is seeking businesses capable of meeting the Government's requirement as stated in the Statement of Work, Specification, and CDRLs. All responses may be used to determine the appropriate acquisition strategy for future acquisitions. No award will be made from this sources sought. A solicitation may be available at a later date; therefore, do not request a copy of a solicitation at this time. NSWC Crane is not seeking proposals and will not accept unsolicited proposals in response to this sources sought synopsis. If an acquisition results from this sources sought synopsis, the scope of the acquisition may include, but is not limited to: 1. Generator and associated hardware 2. Engineering Service/ Field work/Installation 3. Training 4. Ability to Complete Testing and Installation by March 2016 5. Provisioning of Critical Spares 6. Maintenance Year 1-5 (Options) Interested businesses will indicate a willingness to explain their successes in similar projects. Interested parties should respond via e-mail to miriam.hornbuckle@navy.mil. Your response must include the following: a. Firm Name, mailing address, telephone number, World Wide Web (Internet) presence (if any), size of firm [i.e. small business, a small disadvantaged business, 8(a), or large business], and direct points of contact including e-mail addresses b. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; c. Past performance references with points of contact and e-mail addresses or telephone numbers. At least two references are requested, but more are desirable. d. A list of any questions relating to the Statement of Work, Specification, CDRLs, and/or any other relating issue. The Statement of Work, Specification, and CDRLs are limited distribution (Distribution D) and will not be made available unless approval is granted. Interested contractors must be registered in the Joint Certification Program (JCP) in order to receive access. Information about the JCP is located at http://www.dlis.dla.mil/jcp. All responses shall be unclassified. Your response is due on 27 October 2014, at 2:00 p.m. Eastern Standard Time. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All information provided becomes U.S. Navy property and will not be returned. Your interest in this response is appreciated. Questions may be referred to Miriam Hornbuckle via e-mail at Miriam.Hornbuckle@navy.mil or telephone (812) 854-2637. Please refer to announcement number N00164-15-R-GR73 in all correspondence and communication
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RGR73/listing.html)
 
Record
SN03548644-W 20141012/141010234004-1ad72ac8d3d541cbcf0d1b7fbaac34b4 (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.