Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
SOURCES SOUGHT

61 -- REQUEST FOR INFORMATION (RFI)/MARKET SURVEY for Recapitalization of MEP-PU-810A/B Prime Power Unit (PPU)

Notice Date
10/24/2014
 
Notice Type
Sources Sought
 
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
W909MY15RH001
 
Response Due
11/21/2014
 
Archive Date
12/23/2014
 
Point of Contact
Andrea Phillips, 703-704-0821
 
E-Mail Address
ACC-APG - Washington
(andrea.s.phillips10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
a. Purpose. The Army Contracting Command - Aberdeen Proving Ground, Belvoir Division is seeking information regarding the recapitalization of the MEP-PU-810A/B Prime Power Unit. The Project Manager, Expeditionary Energy & Sustainment Systems (PM E2S2) may have a future requirement to modernize the MEP-PU-810A/B Prime Power Unit. The U.S. Army's current large mobile electric power generating asset, the MEP-PU-810A/B, Deployable Power Generation and Distribution System (DPGDS) Prime Power Unit (PPU), is nearing the end of its economic useful lifecycle (EUL). The DPGDS PPU contains two diesel engine driven, three phase, 50/60 Hertz (Hz), prime power generators with an integrated primary power distribution center designed to deliver 4160 Volts Alternating Current (VAC), at either 60 Hz 840 kilowatt (kW) or 50 Hz 700kW total power. Figure 1 below shows the two models of the DPGDS PPU currently in use. In the inventory today, dispersed throughout the Department of Defense (DoD) are 174 'A' Models and 66 'B' Models. Figure 1: MEP-PU-810A/B Many of the spare parts are becoming obsolete or are no longer manufactured. This mission capability remains critical for Prime Power DoD operations in support of National Security and Federal Relief Organizations during decisive action. The need exists for improved, electric power generation capability for power requirements at or above 800kW. The Government envisions that six (6) PPUs (three each of the A and B Models) would be provided as First Article Test (FAT) units to a vendor as Government Furnished Equipment (GFE) at contract award. The vendor would make the approved modifications to the PPU's and after Government testing and acceptance, the test units would be returned to the vendor for any additional modifications required from the test results. The six recapitalized PPUs will then be delivered to the Government. Recapitalization will be in updated configuration, different Model Numbers would be assigned (A Models will be returned as C Models; B Models returned as D Models). The Government is interested in improving its understanding of industry capabilities, identifying potential qualified sources and a cost per unit Rough Order of Magnitude (ROM) on recapitalization of the current Prime Power Units. b. Requirement(s). The Government anticipates the following requirements: 1. Upgrade engines from Environmental Protection Agency (EPA) Tier I to Tier II* while maintaining capability of producing 800kW (min), 50/60 Hz, 4160/3800 volt 3-phase,.8 power factor (pf), 4-wire power. *Note: Tier IV is preferred if possible; primary fuel for the system is JP-8. 2. The system must maintain the ability to operate at -25 F to 125 F, up to 4,000 feet without de-rating the system. The Government anticipates a need for a winterization kit for starting at temperatures down to -65 F (see b.17). 3. Upgrade 4160V SR4B Alternator insulation for austere conditions; utilizing the EnduraSeal process (includes 5-year warranty). 4. Upgrade the DPGDS Controls. The current system is outdated including the Sixnet Remote Terminal Unit (RTU). System must be able to parallel at least 16 units (minimum). 5. Upgrade Direct Current (DC) Electrical system to include battery chargers; currently, batteries are located outside on the fuel tank and shall be moved inside the unit housing. 6. Upgrade tires to support the weight of A model: Both models shall be air transportable on C-141, C-5 and C-17 aircraft. 7. The B model shall meet the Department of Transportation (DOT) requirements for over the highway movement. 8. Upgrade the system to be High-Altitude Electromagnetic Pulse (HEMP) compliant. 9. Improve the noise level of the system. For the current system, the noise level is 88 dBA at 7 meters. Objective is 84dBA measured at 7 meters. 10. It is the Government's intent to purchase full data rights for re-procurement (Technical Data Package) of the recapitalized Prime Power Unit. 11. It is the Government's intent to purchase Integrated Product Support data (e.g. Provisioning, technical publications, and training). 12. It is the Government's intent to purchase Mission Readiness Spare Packages (MRSP) Kits. 13. It is the Government's intent to purchase spare engines and alternators. 14. It is the Government's intent that the six (6) First Article Test PPUs will be refurbished by the vendor at the conclusion of Government Testing and returned to the Government's possession. 15. Vendors will be responsible for the disposal of all non-utilized parts that are replaced as a result of the recapitalization. Note: While not expected, the Government retains the right to direct the vendor to return some of these parts if mission requirements dictate. 16. Painting/Corrosion Control of recapitalized MEP-PU-810s. The Government expects that all of the units will require corrosion control and paint. The paint shall match the existing color on the units. After final assembly and all testing are completed, all exterior surfaces (except identification plates, markings, instruments and rubber) shall be painted with a finish coat of CARC paint in accordance with FedStd 595. Color shall be Green 383, Tan 686 or camouflage pattern: Standard 3-color (Woodlands): Green 383, Black, and Brown 383 17. Develop a Winterization Kit for the DPGDS that allows the system to start at ambient temperatures between -25 F to -65 F. c. Responses. Interested sources are invited to submit a White Paper not to exceed 15 pages in length that explains the recapitalization concept and a rough order of magnitude cost per unit. All vendors will utilize the provided Excel Spreadsheet to present their respective overall ROM and by-year costs (two tabs). In addition to the above, please provide answers to the following questions (no more than 4 pages). These four pages are not included in the above 15 page limit). 1.Does your company have a SECRET facility or access to one should it be required? Personnel performing work under an eventual contract will be required to have a SECRET Facility Clearance. Do your employees who would work on this effort have a SECRET Facility Clearance? (Contractor personnel working on-site at NVESD (Ft. Belvoir, VA.) must obtain a security clearance of Secret (minimum). The contractor shall require access to Foreign Government Information and For Official Use Only (FOUO) information. The contractor must be authorized to use the Defense Technical Information Center (DTIC). Contractor will be required to have automated information system (AIS) processing at their site. Administrative duties performed by the contractor will not require a clearance but will require an investigation for IT sensitive duties. 2.Please identify whether you are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541712. Responses should also include the company name, CAGE code, point of contact, and address. Note: questions 2a.-2g. will not count against the 15 page limit If you are a SB answer questions a. and g, all others can skip to question h. a.If you identify your company as a Small Business or any of the SB subcategories, is your company interested in a prime contract? b.Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 335312? c.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? d.Does your company meet the Non-manufacturing Rule? If so How? e.If you are planning on teaming with other companies, Please list the process used in selecting the members? f.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? g.If you are a small business can you go without a payment for 90 days? h.The Government is studying the various types of contract vehicles that could be used for this effort. Does your company have a recommendation for the Government to consider; if so, explain rationale? i.Does your company comply with the necessary infrastructure required to manage a Fixed Price Incentive (Firm Target) contract? j.If a Fixed Price Incentive (Firm Target) contract is used, would your company submit a proposal against this solicitation? d. Rough Order of Magnitude (ROM). Vendors are directed to utilize the attached Pricing Worksheet to provide a ROM for the work identified in paragraph b. e. Coordinating Instructions. (1.) Responses should be submitted no later than close of business on 21 November 2014. (2.) Responses should be emailed to andrea.s.phillips10.civ@mail.mil. The subject of the mail message shall be: W909MY-15-Q-H001, Market Research Response, and Your Company's Name. (3.) All questions should be addressed to Mrs. Andrea Phillips, Contract Specialist, at andrea.s.phillips10.civ@mail.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. (4.) The Government may elect to conduct one-on-one discussions with Industry based on its analysis of the RFI responses, the quality of submission, and the level and specification of the information provided. Please note the Government is under no obligation to conduct these sessions. (5.) This Request for Information (RFI) does not constitute an invitation for bid or Request for Proposal, and is not to be construed as a commitment by the Government to issue a contract or order. (6.) The Government will not reimburse interested sources or respondents to notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. (7.) It is desirable that data forwarded by interested vendors as a part of a response to this RFI be with unlimited rights to the Government. However, the Government fully recognizes that proprietary data may be included with the information provided. If so, it is the vendor's responsibility to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af572ed6e3e95cb6290f925af7372652)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03558264-W 20141026/141024234248-af572ed6e3e95cb6290f925af7372652 (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.