Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
MODIFICATION

61 -- Small Expeditionary Power Sources (PdM SEPS)

Notice Date
11/7/2019
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-20-R-G004
 
Archive Date
12/14/2019
 
Point of Contact
Tony D. Adams, Phone: 7037040849, Danny Lester, Phone: 703-704-0818
 
E-Mail Address
tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil
(tony.d.adams10.civ@mail.mil, danny.w.lester.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Manager Small Expeditionary Power Sources (PdM SEPS) Request for Information (RFI) W909MY-20-R-G004 The US Army is seeking sources to package and deliver Commercial-Off-The-Shelf (COTS) / modified COTS lightweight generators capable of providing 1 kilowatt (kW) of sustained Alternating Current and / or Direct Current power output. These lightweight generators shall power electronic battery communications chargers and other types of Army electronics devices (i.e. laptops, radios, battery chargers, etc.) in severe climatic and austere environments for 72 hrs. (See Army Regulation (AR) 70-38). The estimated quantity of power distribution equipment to be procured is projected to be approximately 4131 over a production period from fiscal year 2021 through 2026 with an average delivery rate of approximately 70 per month. The intent of this Request for Information is to identify potential sources capable of constructing and delivering generators at <20 lbs, and the development or delivery of a logistics support package(s) to support them. The responses received will help to inform the Government of the potential acquisition strategy for related generators. It is desired that the generators meet the characteristics in the attached tables. Responses shall be in tabular format, with information aligned to each of the characteristics listed in the attached tables. Responses shall address each characteristic identified in the table. 1. Please provide any questions, comments, and feedback on the attached Draft PWS and its contents. 2. Does your company consider this a Firm Fixed Price (FFP) effort or Cost-Plus Fixed-Fee (CPFF) effort or Cost Plus Incentive Fee (CPIF) effort? a. If CPFF, does industry consider this a completion or term effort? b. Given your answer to item 2a above, what type of additional data/metrics/etc. if any, would need to be included in the Request for Proposal (RFP) package to be proposed as a FFP or CPFF (term or completion) or CPIF effort? 3. Will your company propose on this effort? Yes or No? a. If yes, please indicate if your company would be capable and intend for at least 50 percent of the cost of performance incurred for personnel to be expended for employees of your company (See FAR 52.219-14). b. If yes, please indicate the amount of time required to develop a proposal, 14, 21, or 30 days. c. If no, please explain. TABLE 1. In addition to the criteria above, see attached table and address solutions / capabilities to the following: 1. Other accessories offered (remote start, auto start, power distribution, etc.) 2. Production ramp-up, full-rate production rate 3. Existing Logistics Support package (Warranty, Technical Manuals, Provisioning Data, Maintenance Allocation Chart, Training Support Packages / New Equipment Training, Push Packages, Spare/Repair parts) or approach to Logistics Support development 4. Any previous Safety Release (testing administered by a US Government agency / other) / Safety Confirmations via recognized institutions such as Underwriters Laboratories / other 5. Any previous test data; either third party validated or "in-house" testing that followed recognized industry testing protocols 6. Recommended stepladder pricing structure with estimated unit pricing, based on different quantities. Please base quantities on your ideal production or surge capacities. In other words, showcase your production numbers and how it affects your pricing. 7. How much cost does the requirement for Chemical Agent Resistant Coating (CARC) per Military Detail 53072 add to the unit cost of each generator as compared to commercial painting/coating methods? 8. Additional information such as test reports, Safety Assessment Reports, or manuals may be included in the response. 9. Provide a list of your typical customers from the generator presented. Please indicate if these customers are Government entities, commercial, and/or the general public. IF the item is sold to commercial entities please indicate the volume sold 10. Explain the maintenance support concept for your system 11. Describe the typical procurement lead time (time from receipt of an order to delivery of the first system). Include maximum production rate per month. 12. Explain your supply chain considerations and any known long lead items that may adversely impact production or repairs. 13. Provide ROM price estimates, including assumptions and cost drivers for your system. 14. Provide the recommended spare parts list for your item. TABLE 2. Please include a cover page and administrative submission answering the below. These responses are not included in your page count: 1. Company name and CAGE code 2. Point(s) of contact and email address 3. Identification as Small or Large business per NAICS code 335312 https://www.census.gov/cgi-bin/sssd/naics/naicsrch. 4. Has your Company performed this type of effort or similar type effort (to include size and complexity) before, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 5. Indicate your willingness to price (on a fixed price basis) and support a five year Indefinite Delivery Indefinite Quantity contract as per the aforementioned quantities (as defined in FAR 16.5). The program office also wishes to plan two (2) one-year option periods to support an increase in the Acquisition Procurement Objective (APO) that will support emerging or unknown mission requirements. Indicate any special provisions or concerns you have with a contract of this length. 6. Please indicate if you are plan to be a prime contractor for any future requirements. 7. Please indicate if your product is currently available on an existing federal contract (GSA, DLA, etc). 8. Explain the level of data rights associated with your product. NOTE: Responses to questions 9-10 are for Small Business Respondents only. 9. As a small business, please indicate 'If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? (See FAR 52.219-14). 10. As a small business, can your company sustain and maintain operations if not paid for 90 calendar days? OTHER ADMINISTRATIVE INFORMATION *** Responses to this request are due no later than 29 Nov 19 at 12:00 PM Eastern Time (ET) to the email addresses for the Contract Specialist at tony.d.adams10.civ@mail.mil and the Contracting Officer at danny.w.lester.civ@mail.mil. Responses to this notice will not be returned. *** If by chance you need additional technical information concerning this requirement, feel free to contact the Assistant Product Manager at Small Expeditionary Power Sources (SEPS) PM Expeditionary Energy & Sustainment systems PEO CS & CSS, Major Scott directly at 703-664-5346 or his email at matthew.p.scott10.mil@mail.mil. Do not include your company name in your questions and answers as the questions and answers may be released to all contractors. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This request is issued for the purpose of potentially developing a viable Request for Proposal (RFP) that will best communicate the Government's requirements to industry through this exchange of information. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal if, or when, an RFP is released. The Government will not reply to inquiries regarding the issuance of a Solicitation related to this RFI after issuance. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this request. Proprietary information shall NOT be submitted. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made as a result of this request. This request is for informational purposes only to promote exchanges of information with industry in accordance with FAR part 16.505. The Government will not pay for any information and/or materials received in response to this request for information and is in no way obligated by the information received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6c8d8695d2105795053c489cf71b676)
 
Place of Performance
Address: TO BE DETERMINED, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN05492260-W 20191109/191107230928-e6c8d8695d2105795053c489cf71b676 (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.