SOLICITATION NOTICE
59 -- Sources Sought for Spares for 100/200 kW TQG Generator Sets
- Notice Date
- 7/29/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-4015
- Response Due
- 8/15/2005
- Archive Date
- 10/14/2005
- Small Business Set-Aside
- N/A
- Description
- CONTACT Adrian Moons, Production Engineer, (732) 532-9687.This is a Market Survey to locate additional sources for spares for 100/200 kW Generator Sets. We are buying quantities as follows: NSN 2815-01-519-5534 Engine Diesel Mfg Part Number 211-9442 , Cage 11083, Quantity 3; NSN 2815-01-519-8694 Engine, Diesel Mfg P/N 212-3802 Cage 11083, Quantity 2; NSN 5120-01-519-9171 Lifter, Valve Spring, Mfg Part Numbers: 148-2064, 148-2065, 202-7475, 245-9129, 251-1005, Cage 11083, Quantity 3; NSN 6350-01-52 1-8986 Control Unit, Alarm P/N 130-3324, CAGE 11083, Quantity 3; NSN 2915-01-521-8527 Pump, Fuel Metering And Distributing, P/N 162-9608, CAGE 11083, Quantity 3; NSN 2915-01-521-8941 Injector Assembly, Fuel, P/N 177-4754, CAGE 11083, Quantity 36; NSN 291 0-01-521-8228 Controller, Fuel Pump, Electrical, P/N 2405303, CAGE 11083, Quantity 3; NSN 2915-01-521-8055 Nozzle, Fuel Injection, P/N 170-5231, CAGE 11083, Quantity 36; NSN 5990-01-520-4448 Electronic Control Unit, P/N 137-7392, CAGE 11083, or P/N 6HA137, CAGE 45152, Quantity 3. There are current sources for these items. Detailed technical data for the manufacture or acceptance of these units is not available from the Army. Suppliers capable of furnishing these units must so indicate, by writing to Comman der, USACECOM, ATTN: AMSEL-LC-CCS-G-GN, Building 1200W, Ft. Monmouth, NJ 07703-5023. The response must include documentation such as test results, copy of purchase order if the supplier was a vendor to the listed source or a statement from listed source de monstrating that the supplier can, in fact, supply the Army with a unit from the previous suppliers listed above. The response should also include production lead times, number of years part will be available, price break ranges if applicable, part number & CAGE of proposed parts, or any other information that could affect the acquisition, supply and delivery of the parts. The Government will consider parts from other sources that have the same form, fit, and function as the required parts. Alternate part s_would_have_to_pass_extensive_performance_and_qualification testing_to_ensure_the_parts_meet the Military=19s_requirements,_t the_cost_of_which_would_be_considered_in_the_acquisition_decision?= =?646?Q?.__Successful_supplier_may_be_required_to_warrant_that_the_items?= supplied will satisfactorily perform when used for the purpose intended by the Army. For more information contact Adrian Moons, (732)532-9687. The deadline for response is August 15, 2005. EMAIL ADDRESS: adrian.moons@mail1.monmouth.army.mil
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00858104-W 20050731/050729212406 (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 |