Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

30 -- NATO Notification of Intent (NOI) to Issue an Invitation for International Bidding (IFIB) to Provide Deployable Non-Communication and Information System (CIS) Equipment -Power Generation Sets

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
221121 — Electric Bulk Power Transmission and Control
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
IFIB-CIS-2003-HQ3031
 
Response Due
10/5/2006
 
Archive Date
10/20/2006
 
Description
The NATO Maintenance and Supply Agency (NAMSA) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Military Budget Committee (MBC). Eligible firms will be invited to bid on the provision of power generation sets (deployable non-CIS equipment). NAMSA is serving as the Host Nation for this project, which was authorized by the MBC. NAMSA intends to use the one step ICB bidding procedure. Partial bidding is not allowed. The estimated value of this project is Euro 2.5 million (USD $ 3.2 million). The reference for this project is Serial 2003/0HQ3031 and all correspondence in relation to this procurement shall refer to this reference. The U.S. Department of Commerce will be using as its reference IFIB-CIS-2003-HQ3031. SCOPE OF PROJECT The assets must be capable of rapid and efficient deployment, on and beyond Alliance Territory, including areas with limited or no Host National Support (HNS). It is essential that the readiness of the NATO Signal Battalion CIS matches that of the Command and Control (C2) elements comprising the Combined Joint Task Force (CJTF) C2 structure. This means that most of the deployable CIS equipment and associated personnel is to be at 30 days Notice-to-Move (NTM). Some specific elements required for Operational Liaison and Reconnaissance Teams as well as NATO Response Force (NRF) functions will be held at a higher readiness state. Deployable non-CIS assets need to be air-transportable by means of tactical airframe (including C-130 or national equivalent dimension) and by Chinook-type helicopters (long range Line of Sight (LOS) relay only) as well as transportable by road (improved and unimproved), rail and sea. It is essential that deployable CIS shelters be complete with integral prime movers. The equipment must be capable of sustaining effective operations over a variety of terrain and in ambient temperatures ranging between -32 degrees Celsius and +49 degrees Celsius (-33 degrees Celsius to +71 degrees Celsius for storage and transit) in climatic zones A1, A2, A3, B1, B2, B3, C0, and C1 as specified at STANAG 2895. Based on the CJTF Operational Concept, Collective Protection (COLPRO) against Biological and Chemical (BC) agents must be sufficient to allow essential staff and support elements to operate within a contaminated environment for a defined period of time. This must include protection against Toxic Industrial Contaminants (TICs). The COLPRO equipment should be an integral part of the Office Modules (OMs), Joint Operation Center (JOC) shelters and CIS shelters and include the means for over-pressurization, air-filtration, and protected entrance facilities. Deliverables required: Power Generators Unit Quantity 1. 75 kVA Power Generating Set EA 7 2. 50 kVA Power Generating Set EA 11 3. 30 kVA Power Generating Set EA 4 4. 20 kVA Power Generating Set EA 4 5. 15 kVA Power Generating Set EA 11 6. 10 kVA Power Generating Set EA 14 Power Generating Set (PGS) The PGS shall consist of two diesel generators and associated control and power distribution panels mounted on a trailer to be towed by a CIS asset vehicle. The PGS shall be designed to provide continuous power to the CIS asset, one generator being the prime power supply, the other one being put in standby mode. The diesel generators shall be of compact type, easy to maintain, and housed in independent canopies. The acoustic noise level of the PGS at a distance of 7 meters shall not exceed 65 dB(A) measured in accordance with ISO/R 1996. The level of protection of the canopies against dust and water shall be IP 54 as per IEC 144. The canopies shall include all the necessary grounding and safety equipment (rods, cables, connectors, fire extinguishers, fire fuel shut off valves, instructions, etc.) to protect the equipment and the personnel. Openings with sealed covers for input and output cables shall be provided. The canopies shall be removable to allow lifting of the generator for repair. It shall be made of steel or aluminum sheets. The total height, from ground to the top of the canopies/container, when mounted on the trailer, shall allow roll-in roll-out to and from a C130 aircraft. The PGS shall be capable of being unmounted from the trailer and remounted on a truck flatbed or other hard surface for transport and/or operation. The PGS shall be air-transportable via C130 aircraft, road (prepared and unprepared. The specification for unprepared roads refers to semi-hard surface country roads. Rough terrain mobility is not required.), rail and sea and air-transportable via Chinook-type helicopters. Generating Set Specifications A power generator set shall consist of two redundant diesel generators mounted on a trailer. Synchronization between them is not permitted. The generating sets shall be designed to start and operate in any environment mentioned below (continuous operation): Temperature: from -32 degrees Celsius to +49 degrees Celsius Relative humidity: from 20% to 95%; up to 100% for 15% peak time Altitude: up to 3000 meters above sea level Solar radiation : 1.136W/m2 Wind: 50 km/hr continuous; 80 km/hr 5% of operating time Ice accumulation: 25 mm Sand and dust: <20 um A more detailed description of this project may be obtained by sending a request to the U.S. Department of Commerce at Lcarpent@bis.doc.gov Please note that the actual quantities to be included in the IFIB may vary slightly from those specified. The IFIB package will contain material classified up to NATO UNCLASSIFIED. The security level required for performance of this contract is NATO RESTRICTED. BIDDING PROCEDURE The U.S. Department of Commerce does not serve as the Host Nation for NATO projects. Its role is to approve for bidding those firms of NATO-member nations with a facility located within the United States. Only firms approved by the U.S. Department of Commerce will be allowed to bid. Please visit the following website for instructions on applying for approval to bid on NATO projects: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm A firm that has been approved for bidding on NATO projects must request that the U.S. Department of Commerce issue a Declaration of Eligibility (DOE) for each project on which the firm wishes to bid. The DOE is used to nominate the firm to the Bidders List for a particular project. The U.S. Department of Commerce forwards the DOE to the Host Nation. The Host Nation will not accept requests for nomination received directly from firms. Those firms that are nominated to bid will be added to an electronic distribution list of firms eligible to bid on this ICB project. When the Invitation for International Bidding (IFIB) is issued, those firms will be notified electronically and will be instructed to download the tender documents on the following website: http://www.act.nato.int/budfin/rfpmain.htm. As provided for under MBC rules, however, nominations from interested firms will continue to be accepted by the Host Nation after the IFIB is issued and until the bid closing date. IMPORTANT DEADLINES 1. Deadline to be placed on the electronic bidder distribution list: 5 October 2006 2. Planned Release Date of the Invitation for International Bidding (IFIB): not before 12 October 2006 3. Planned Bid Closing Date: not less than 42 days following release of IFIB 4. Bid Validity Period: 180 days
 
Place of Performance
Address: unspecified
Country: AFGHANISTAN
 
Record
SN01140558-W 20060914/060912220156 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.