SPECIAL NOTICE
99 -- AN/TSQ-216 Mobile Electric Power Generation Replacement
- Notice Date
- 12/5/2013
- Notice Type
- Special Notice
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001_SNOTE_0008D84A
- Archive Date
- 1/17/2014
- E-Mail Address
-
Contract Specialist
(richard.hammersmith@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION AN/TSQ-216 Mobile Electric Power Generation Replacement 1. Introduction 1.1. Space and Naval Warfare Systems Center Pacific (SSC Pacific) is seeking information regarding the replacement of the AN/TSQ-216 Mobile Electric Generators. 1.2. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the government to contract for any supply or service. Further, at this time, the Navy is not seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website (http://www.fbo.gov). It is the responsibility of the potential offerors to monitor that web site for additional information pertaining to this RFI or a requirement that may relate to this RFI. 2. Background 2.1. The Navy is contemplating a replacement of the Mobile Electric Power generators for the AN/TSQ-216 Remote Landing Site Tower (RLST). The RLST is a world-wide deployable asset that provides Visual Flight Rules (VFR) control of military aircraft at Forward Operating Bases, Forward Air Refueling and Rearming Points and other such rudimentary landing zones. The RLST consists of a portable air traffic control operations shelter that sits in the back of a HMMWV and a trailer that carries communications and power generating equipment. The RLST is self contained in that its power is provided either by portable generators that are part of the system or the 24 VDC of the HMMWV. The Mobile Electric Power generators provide electric power for the operations shelter and communications equipment either in a collocated configuration or a split site configuration which requires electric power at two separate locations. 2.2. The specifications for the Mobile Electric Power generators are attached and the replacement generators must be able to fit within the confines of the RLST trailer while it is in transportation mode. The replacement generator must be compatible with F-76 Military Diesel Fuel. The Mobile Electric Power generators do not have to be identical if a solution is available that meets size and weight restrictions contained in the specification sheet while otherwise providing the necessary power requirements in the split site equipment configuration. In a split site configuration, the operations shelter requires only the a.c. output outlined in the specification sheet, while the trailer/radio site only requires the d.c. output outlined in the specification sheet. 3. Responses: 3.1. Interested parties are requested to respond to this RFI with a white paper not to exceed 10 pages. White papers shall be submitted in Microsoft Word.doc or.docx formats, Times New Roman 11-point or 12-point font, with 1-inch margins, minimum, all around. Figures, schematics, drawings, diagrams and tables may be in a smaller type size, but shall be no smaller than 8-point. All narrative text must be single-spaced. Figures, schematics, drawings, diagrams, schedule charts, and tables may also be single-spaced. 3.2. White Paper Responses containing data or information not to be disclosed to the public for any purpose or used by the Government except for market research shall include statements to that effect on the first/title page and on each page that contains such data or information. Respondents bear sole responsibility for clearly marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. To aid the Government, sources are requested to segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 3.3. White Paper Responses should be prepared IAW format specified in 3.1 and should simply and economically provide a straightforward, concise delineation of respondent's capabilities and an approach needed to replace the mobile electric power generators as described in this RFI. White Paper Responses should address the following: 3.3.1. A company description and discussion of company capabilities with respect to fulfilling the objectives outlined in this RFI. Please include your business type/size for NAICS 333611. 3.3.2. A description of previous experience in this field with either commercial or government customers. 3.3.3. A rough order of magnitude (ROM) estimate for cost and schedule to deliver one set of generators. The ROM should, to the extent practicable, delineate non-recurring engineering (NRE). 3.3.4. Any additional information that will assist in understanding your responses to the RFI. 3.3.5. Respondents are encouraged to provide comment with respect to the following: 3.3.5.1. Technical aspects described herein that are either too vague or overly-burdensome and the reason(s) for commenting on those aspects; 3.3.5.2. Technical or contractual aspects that you feel that the government should consider before formally soliciting proposals for systems conceptually outlined in this RFI; 3.3.5.3. Information regarding the availability of commercial technical manuals, supply and provisioning data, applicable data rights limitations, and available reliability and maintainability data of the product. 3.4. All questions regarding this RFI shall be submitted via email to richard.hammersmith@navy.mil. 3.5. White Paper Responses are due no later than 16 January 2014, 1400pm PST, and shall be delivered to Richard Hammersmith via email at richard.hammersmith@navy.mil. 3.6. Industry Response / Clarifications: SSC Pacific Contracts representatives may or may not choose to contact potential offerors. Such communications would only be intended to gain further clarification or written responses to questions from technical end-users.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1f14e16ed85b9a8551febfdf93533461)
- Record
- SN03245870-W 20131207/131205234357-1f14e16ed85b9a8551febfdf93533461 (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 |