Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOURCES SOUGHT

61 -- Electric Diesel Generator IDIQ - Fillable Electric Diesel Generator Schedule

Notice Date
12/14/2016
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-17-R-0019
 
Archive Date
1/19/2017
 
Point of Contact
Daniel J. Ellis, Phone: 3604764091, Erin K Malinski, Phone: 3603405348
 
E-Mail Address
daniel.ellis@navy.mil, erin.malinski@navy.mil
(daniel.ellis@navy.mil, erin.malinski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Electric Diesel Generator/Automatic Transfer Switch Fillable Price List The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support an upcoming requirement for a base plus four year commercial supply firm fixed price indefinite delivery indefinite quantity single award contract (IDIQ). The IDIQ will be for the availability of electric diesel generators and automatic transfer switches. Currently PSNS has used up to 12 separate contracts every year for the following items; (4EA) 480VAC, 3 phase, 60 Hz, 1000 kW (4EA) 480VAC, 3 phase, 60 Hz, 500 kW (1EA) 480VAC, 3 phase, 60 Hz, 300 kW (1EA) 480VAC, 3 phase, 60 Hz, 250 kW minimum (1EA) 480VAC, 3 phase, 60 Hz, 750 kW minimum (Multiple) Automatic Transfer Switch (Integrated and Non-Integrated) The future needs of PSNS will vary every year but the contract contemplates the need of up to 12 separate generators and automatic transfer switches across the above range of generator types. Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procure through full and open competition (unrestricted), the government intent at this time is for a single award IDIQ. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement. "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." Project Background The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) requires multiple (12+) Emergency Diesel Generators and Automatic Transfer Switches for providing primary power and/or standby backup power. Required Capabilities Please see the Schedule of Items. (Attachment 1) If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, telephone number, web site address, and size and type of business; and 2) Tailored Capability statements addressing the questions asked in this sources sought announcement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Eligibility The applicable NAICS code for this requirement is 532490 with a small business size standard of $32.5 million. The product service code is 61. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Submission Details Interested parties are requested to submit via email. The email subject line should be "Sources Sought Response for N4523A-17-R-0019 Electric Diesel Generator IDIQ." The response to the sources sought shall be in either Microsoft Word or Portable Document Format (PDF) and shall be addressed to Daniel.ellis@navy.mil (.) Within the sources sought response; 1) Organization description. (1 page maximum) 2) Tailored Capability Statement. (10 pages maximum) a. What is your current inventory of systems (generators and automatic transfer switches) that will be made available to the government if you are selected as the awardee under this IDIQ or demonstrate the plan to acquire the necessary systems outlined above. Please describe the on hand number of systems, the type of system, the brand name of the system, the age of the system, the system capabilities, and any other information you believe is relevant to this requirement. The government is especially concerned with your ability to demonstrate a stock of operational generators in reliable working condition with properly operating batteries, integrated battery chargers, and water jacket heaters. b. Please provide proof of technically qualified staff on hand to perform work to maintain and repair the generators and automatic transfer switches. The government is especially concerned with unqualified service technicians responding to emergency repair of inoperable generators causing both a schedule delay as well as additional work to be performed by the government, and the potential safety risk of having emergency and backup power being compromised. c. The basic requirement is to show the capability to respond to government requests within 4 hours. Please demonstrate the ability to respond to government requests within four hours. The response time includes mobilization, travel, and an initial inspection of the inoperable system. Please provide the unique process control procedure for the response process; Contractor Name and Address. Description of Process. Qualification requirements of responding employees. Inspection and documentation forms to be used. Acceptance and rejection criteria. The method utilized to ensure employees responding have direct knowledge of the requirements prior to beginning work. The method used to control the process. Process to pick-up of defective systems and the replacement procedure. d. The basic requirement is to show the capability to have system replacement within 72 hours of the initial inspection performed above. 3) Experience/Performance (2 page maximum) a. Please provide at least 2 projects of similar scope and complexity as the current requirement. The government does not expect the same size needs as this requirement but if you have multiple projects/contracts of a similar nature please provide a general description of how they should be viewed as similar in scope and complexity as to the current requirement. Provide contract number and a point of contact for the customer. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil (.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-17-R-0019/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard and Intermediate Maintenance Facility., Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04351108-W 20161216/161214233953-0f3a0f0ba3e09fdc9a94f256ce4470b3 (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.