SOURCES SOUGHT
20 -- Design and Install Replacement Cargo Control Console Processor Systems
- Notice Date
- 1/29/2009
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-09-R-1020
- Response Due
- 2/10/2009 2:00:00 PM
- Archive Date
- 2/25/2009
- Point of Contact
- Dawn Cail,, Phone: 757 443-5873
- E-Mail Address
-
dawn.cail@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Military Sealift Fleet Support Command is seeking Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) small Disadvantaged Businesses with current and relevant qualifications, experience, personnel and capability to perform this proposed project. This project will design and install replacement Cargo Control Console processor systems for fourteen oilers in the Military Sealift Fleet Support Command T-AO 187 Class Fleet. The new system must meet all ABS and USCG requirements for tankers and vital automation. The new system, whether PC or PLC based, shall have redundant processors that are arranged in a hot standby configuration. In the event of a failure of the on-line processor the standby processor shall automatically take over. Programming shall be open source and the updated version shall be kept on the ship in a non-volatile format. Communications between the RTUs and the processors shall be via redundant communications loops. The system provided shall serve to replace either GE or TANO cargo control console and be readily adaptable (with minimal changes) to tank configuration of single hull or double hull ship. The system and hardware must meet the requirements of the ABS Rules for Building and Classing Steel Vessels, USCG 33 and 46 CFR and IEEE Standard 45. This project will also require crew operational and maintenance training, including 30 day ship rider on each vessel’s first mission (worldwide location). All Small Businesses, Service-Disabled Veteran-Owned Businesses, certified HUBZone Small Businesses, and certified 8(a) small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone or Service-Disabled Veteran Owned Small or Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in April 2009. The appropriate NAICS Code is 334513 with a size standard of 500 employees. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: 1. Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact. 2. Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code. 3. Please indicate if you are a Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, or certified 8(a) small Disadvantaged Businesses. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this project any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with the industry capabilities. Reponses to this Sources Sought Notice shall be mailed to the following address: Military Sealift Fleet Support Command, Code N101 (Attn: Dawn Cail), 471 E C Street, Norfolk, VA 23511. Responses must be received not later than 2:00 p.m. Eastern Standard Time on February 10, 2009. Electronic submissions will not be accepted. Questions regarding this sources sought notice may be addressed to Dawn Cail at the above address, via e-mail at dawn.cail@navy.mil, or via telephone at 757-443-5873.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=222ffec10b7cb457365084617bfda855&tab=core&_cview=1)
- Record
- SN01740820-W 20090131/090129220627-222ffec10b7cb457365084617bfda855 (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 |