Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

20 -- Commissioning, Equipment Light-Off and Fleet Introduction Support Services and Provisioning for In-Service Integrated Power Systems and Shipboard Electrical Power Distribution Equipment

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002417R4209
 
Archive Date
1/20/2017
 
Point of Contact
Tara Borntreger, Phone: 2022639210
 
E-Mail Address
tara.borntreger@navy.mil
(tara.borntreger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) as defined in FAR 15.201(e) and is posted as required by the Defense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI) 206.302-1. The Naval Sea Systems Command (NAVSEA) intends to increase the ceiling on contract number N00024-09-C-4203 for the DDG 1000 Class High Voltage Subsystem development and production with General Electric Energy Power Conversion USA Inc., 610 Epsilon Drive, Pittsburgh, PA 15238; contract number N00024-09-C-4206 for the DDG 1000 Class Low Voltage Integrated Fight-Through Power system development and production with DRS Systems, Inc., 5 Sylvan Way, Ste. 305, Parsippany, NJ 07054-3818; and contract number N00024-07-C-4014 for the DDG 1000 Class Main Turbine Generator Set development and production with Rolls-Royce Marine North America, Inc., 110 Norfolk Street, Walpole, MA 02081 by increasing the engineering services and support for engineering services; adding the requirement for Advanced Induction Motor and Dynamic Braking Resistor cooling system assemblies to the GE contract; and by establishing Provisioned Item Order contract line items with authority to procure provisioned items for the DDG 1000 Class Integrated Power System components. The ceiling increases will allow the contractors to continue support of the installations and commissioning of the Integrated Power System components aboard the DDG 1000 Class ships and ensure adequate spare and repair parts are available prior to the Navy stock system having sufficient population of spares and onboard replacement items. NAVSEA is conducting the required market research to identify potential sources that possess the capability to perform these efforts that are intended as sole sources to the stated companies. It is anticipated that consideration of alternate sources for supporting the installed equipment would require extensive time for the source to become familiar with the installed hardware that would significantly impact the ship construction and delivery schedule. All potential sources with the capability to accomplish the requirements referenced in this notice are invited to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements described in this notice. Responses to this notice must be submitted via e-mail, and must be received no later than 1:00PM Eastern Daylight Time (EDT) fifteen (15) days after the date of the posting of this notice. Each submission should include one electronic (virus scanned) copy in Microsoft Word or Adobe Portable Data Format (PDF). The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice. Please limit responses to a maximum of four (4) pages in length, excluding the cover page, based on a minimum font size of 10 points. Include a cover page with your response that lists the following information: A. Solicitation Number for this Notice B. Vendor/Company Name C. Vendor Mailing Address and Physical Address (if different) D. Name of the Point of Contact E. Email Address F. Phone Number G. Vendor DUNS Number H. Business Size Status (based on NAICS code for this notice) I. A list of all NAICs codes as identified in the vendor's Online Representations and Certifications All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned to the submitter. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of listed in this notice. This notice is not a request for proposals. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002417R4209/listing.html)
 
Record
SN04357321-W 20161223/161221234501-7aaca47c9f90a105515a7d560d86f8eb (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.