SOURCES SOUGHT
J -- Engineering development, design, procurement, configuration, maintenance, and installation of Emergency Power Generation Systems and Uninterruptible Power Supply Systems.
- Notice Date
- 3/19/2002
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 162F6
- Response Due
- 3/28/2002
- Point of Contact
- Point of Contact - George Giles, Contract Specialist, 843-218-5967
- E-Mail Address
-
Email your questions to Contract Specialist
(gilesg@spawar.navy.mil)
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- This announcement constitutes a Sources Sought Synopsis. Responses to this publication are solicited to provide comment and identify certified 8(a) sources who have the ability to provide design, engineering and installation as detailed below. Intelligence and Information Warfare I2W Systems Engineering Department, Code 70, of The Space and Naval Warfare (SPAWAR) Systems Center in response to initiatives promulgated by the Department of Defense (DOD) and other Government agencies, require engineering development, design, procurement, configuration, maintenance, and installation of Emergency Power Generation Systems and Uninterruptible Power Supply Systems. SPAWAR Systems Center, Charleston requires design, engineering, and installation of the following: Emergency Generator Systems, generator procurement removal and replacement, Uninterruptible Power Supply Systems removal and replacement, Transformer removal and installation, utility power feeder replacement, Control Switchgear, Automatic Transfer Switches, Static & Maintenance bypass switches, HVAC systems and UPS battery procurement and installations. Emergency power systems ranging in size from 15 KVA through 750 KVA static systems and 2000 Rotary UPS systems, Generator Systems ranging in size from 30kW to 2000kW. Serving in support of: (1) Surveillance and detection systems; (2) Monitor and Control (M&C) and Supervisory Control and Data Acquisition (SCADA) applications including Electronic Security/Sensor Systems (ESS), local or remote field sensor devices, instrumentation, and/or systems, and control of electronic, electrical, and mechanical devices; (3) NRTA and Communications facilities; (4) Sophisticated sensor technologies development and implementation; and (5) Command, Control, Communications, Computer, and Intelligence (C4I) systems and equipment. The Government Estimate for this procurement is $40,000,000.00. The applicable NAICS (North American Industry Classification System) Code is 333415 with a size standard of 750 employees. Firms are invited to send appropriate documentation, (3 pages or less) to support that they possess the required specialized experience. Applicants under this submission shall demonstrate the ability provide all material, manpower and labor to install a fully operational system. Specifically: (1) Demonstrate the ability to manage 3 or more ongoing projects anywhere in the world, concurrently, (2) Provide documentation for contractor and employee security clearances, which verify clearance up to and including Top Secret with access to SCI areas, (3) Ability to respond within 24 hours to multiple service calls anywhere in the world, (4) Financial strength to support initial outlay for acquisition of required equipment, and (5) Prior experience, in the government arena, in the, engineering development, design, procurement, configuration, maintenance, and installation of Emergency Power Generation Systems and Uninterruptible Power Supply Systems. Responses must reference number N65236-02-R-0046 and include the following: (1) name and address of firm, (2) certification of 8(a) status as a small business, (3) two points of contact: name, title, phone fax and e-mail, (4) DUNS Number, (5) list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer, reference and customer point of contact with phone number, and identify your role as either the Prime or Subcontractor. SPAWAR anticipates awarding an Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed-Fee contract with a base year and four one-year options periods to extend the term of the contract. Responses shall be submitted via e-mail to dolant@spawar.navy.mil by 28 MAR 2002. Please direct any questions via e-mail to the Point of Contact, Mr. Thomas Dolan, Code 70, dolant@spawar.navy.mil. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSED AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST ARRIVE ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS 28 MAR 2002.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=C4D0C1C60A463AD088256B81005B8B6E&editflag=0)
- Record
- SN00045151-W 20020321/020319213403 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |