SOURCES SOUGHT
99 -- This is a Sources Sought notice and submissions will be used for informational and planning purposes only.
- Notice Date
- 1/12/2011
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23RD AVENUE Building 1100 Port Hueneme, CA 93043-4347
- ZIP Code
- 93043-4347
- Solicitation Number
- N6258310RXXXX
- Response Due
- 3/31/2011
- Archive Date
- 4/15/2011
- Point of Contact
- JACOB.KRUZEL@NAVY.MIL
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice This announcement constitutes a Sources Sought notice for a zero cost equipment exchange in accordance with Defense Federal Acquisition Regulation, Subpart 217.70. This notice is for information and preliminary planning purposes only. No proposals are being requested or accepted in response to this notice, nor will a contract be awarded from this notice. Purpose The Mobile Utilities Support Equipment (MUSE) Division of Naval Facilities Expeditionary Logistics Center (NFELC) located in Port Hueneme, CA is performing a market survey of potential sources for an equipment exchange of nineteen (19) used, Government owned Electro-Motive Diesel (EMD) 645 Diesel Generator Power plants ranging from 750kW to 2500kW (28.75 MW Total), in exchange for a contractor determined quantity of new power plants in the range of 225-260kw Continuous Power (COP) as defined by ISO 8528, 480 Volt power plants that are capable of and rated for continuous duty at the offeror determined kW rating. This equipment exchange is designed to utilize commercial value of existing government equipment, with zero funds transferred from the government. Description Three (3) classes of used power plants are being offered as-is in this exchange of nineteen (19) total power plants. The power plants offered by the government consist of five (5) 750kW power plants (ESN: 66-C1-1189, 67-F1-1179, 67-F1-1150, 66-C1-1151, 66-A1-1088), ten (10) 1500kW power plants (ESN: 69-C1-1130, 67-F1-1123, 67-F1-1115, 69-B1-1040, 69 D1-1060, 66-H1-1043, 69-L1-1100, 67-B1-1126, 66-F1-1162, 81-G3-7503), and four (4) 2500kW power plants (ESN: 76-J1-1099, 82-H3-1004, 77-F1-1048, 77-F1-1016). The EMD power plants are in various stages of repair, with most requiring work to become fully operational. The government will not warrant items and quantities of collateral equipment that are present within each power plant s enclosure. Interested parties shall be capable of providing new, commercially available, diesel engine driven, 225-260kW COP, self contained, parallel capable, transportable generator sets which will NOT be used as military tactical equipment. Each power plant shall be capable of and be rated for continuous duty at the interested parties defined kW load at 0.8 power factor (PF), lagging. Each power plant will be designed, performance tested/certified, and packaged to have a maximum gross weight less than 15,000 pounds to include a tank of fuel and all fluids required for operation. The generator package dimensions shall not exceed 20 foot (240 inches) long, 8 foot (96 inches) wide, and 8 foot (96 inches) high and provide a weatherproof enclosure while in a shipping and operating configuration. Sound pressure levels shall not exceed 70 decibals at 7 meters (22ft 11in). The new power plant(s) shall be designed to comply with ISO 8528 class G3, UL 1066, NFPA 70, NFPA 37, NFPA 30, UFGS 01-78-23 Operation and Maintenance Data, and the sections of UFGS 26-32-15.00-10 Diesel-Generator Set Stationary 100-2500kW that do not apply specifically to stationary equipment. The new power plant(s) shall include metering, control, generator main circuit breaker, and protective devices as required by the UL, NFPA, and OSHA. The power plant shall be capable of operation under any, or a combination of the following conditions. Power plant capacity de-rates, if applicable, shall apply below 17.8 C, above 50 C, below 0 Meters (0 Feet) MSL, and above 457 Meters (1500 Feet) MSL. The interested party shall inform, in writing, the government what the power plants are capable of operating at with the applicable derating factors. Voltage will be 480/277 VAC, 60 Hz, 3 phase, 4 wire, at 0.8 PF lagging. All engine, generator, circuit breaker enclosure, and metering assemblies shall be commercially available products. The engine shall be certified to the Non-Road Emergency Generator EPA Tier requirement in effect at the time of delivery to the designated government facility. The Transition Program for Engine Manufacturers (TPEM) will be considered regarding EPA emissions requirements. All power plant components shall be industrial grade commercially available cataloged items normally offered for sale by the component providers OR be fabricated by skilled craftspeople of the appropriate trade to industry consensus standards and shop drawings provided for all non cataloged components. Responses Responses to this notice should be able to demonstrate the interested party s ability, capability, and responsibility to perform the principal components of the exchange description listed above. Offerors are requested and encouraged to comment on this Sources Sought notice with respect to commercial appeal to vendors and elements of the notice that restrict value added solutions or potential vendor interest. Offerors may submit a capabilities package with respect to the following: 1. Recent experience (within the past five years) of the design team members in the type of work required for packaging and procurement of low voltage continuous and prime duty power plants. 2. Specific examples of similar power plants delivered, including time in service, total accumulated hours between overhaul, and total KWH delivered. 4. Engine and alternator manufacturer s data, to include fuel consumption, for what is anticipated to be offered. 5. Vendor preference for project timeline and removal of government equipment from the government s location. All exchanged power plants shall leave no later than (1) month prior to new equipment delivery. Responses to this notice should include the following information: (1) Business name, address, business size and type (8)(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc., and point of contact to include e-mail address and telephone number. All information is to be submitted via e-mail (10MB limit) to jacab.kruzel@navy.mil; information provided will not be returned. All responses shall be in the English Language. Responses shall also indicate NAICS code, DUNS number. MUSE requests your responses by 14:00 PM (PST) on 03/31/2011. Submissions will be accepted after this date, but feedback may not be as timely. Information and/or questions should be e-mailed to Jacob.kruzel@navy.mil. This is a Sources Sought notice and submissions will be used for informational and planning purposes only. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310RXXXX/listing.html)
- Place of Performance
- Address: SPECIALITY CENTER ACQUISITIONS NAVFAC 1100 23RD AVENUE, BLDG 1100, PORT HUENEME, CA
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN02358592-W 20110114/110112233832-db35b01a238a0879f4d08cb28e8b0d24 (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 |