MODIFICATION
61 -- Large Advanced Mobile Power Sources (LAMPS) Program
- Notice Date
- 3/26/2012
- Notice Type
- Modification/Amendment
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY12RA002
- Archive Date
- 3/26/2013
- Point of Contact
- Wendell Conyers, 703-704-0858
- E-Mail Address
-
ACC-APG - Washington
(wendell.conyers@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis The US Army Contracting Command APG - Belvoir Division intent to issue a Request for Proposal (RFP) under the authority of Full and Open Competition. The RFP will be issued on behalf of the Department of Defense (DoD) Project Manager Mobile Electric Power for the development of Large Advanced Mobile Power Sources (LAMPS). The RFP for t he LAMPS will include four Generator Set variants: 1) 100kW (83.3kW at 50 Hertz), 120/208 or 240/416 volt, three phase, 50/60 Hertz; 2) 200kW (167kW at 50 Hertz), 120/208 or 240/416 volt, three phase, 50/60 Hertz; 3) Item #1 above will be mounted on a government furnished M1061A 5 ton trailer (100kW Power Unit); 4) Item #2 above mounted on a government furnished M1061A 5 ton trailer (200kW Power Unit); and a1600 amp Power Distribution Unit (PDU). The intent of this Best Value Source Selection Solicitation is to award a Single Indefinite Delivery/ Indefinite Quantity (IDIQ) Contract that will include a a 32 month Engineering and Manufacturing Development (EMD) phase, a 2 year option for initial production, and two 6 month options for further production. The EMD Phase will be Fixed Price Incentive Firm Target (FPIFT) and Production Phase (Options) will be Firm Fixed Price. The resultant contract will include the development of all LAMPS configurations as well as delivery of all commensurate technical and logistics documentation including Technical Data Packages (TDPs) and Electronic Technical Manuals (ETMs), provisioning and training materials. The production options on contract if exercised will allow for production of a maximum of approximately 750 LAMPS sets (includes 100kW and 200kW skids and power units) and 125 PDUs. The production phase also includes the purchase of initial spares and repair parts, updates to logistics documentation, and user training. The small business size standard for NAICS 335312 is 1,000 employees.. It is anticipated that the Request for Proposal FP Number W909MY-12-R-A002 will be posted to the Army Single Face to Industry (ASFI) Acquisition Business Web Site on 18 April 2012. All interested source must submit a proposal by 18 May 2012 by 1:00pm (EST). All requests for further information must be in writing or via email. Telephone requests for additional information will not be honored. You may forward all responses to the following e-mail address: wendell.conyers@us.army.mil. If interested in this opportunity, please continue to monitor the website identified above for updates to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a0844311581e4f4ef6b36d7125d8a70a)
- Record
- SN02705314-W 20120328/120326234406-a0844311581e4f4ef6b36d7125d8a70a (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 |