Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2015 FBO #5039
SOURCES SOUGHT

61 -- ENGINE GENERATOR ASSEMBLY FOR PORTABLE FLOODLIGHT SET A/M42M-2A

Notice Date
9/8/2015
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-RFI-0230
 
Archive Date
10/13/2015
 
Point of Contact
Jennifer Betchen, Phone: 7323231193, Cindy A Scheper, Phone: 732-323-2408
 
E-Mail Address
jennifer.betchen@navy.mil, cindy.scheper@navy.mil
(jennifer.betchen@navy.mil, cindy.scheper@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) ENGINE GENERATOR ASSEMBLY FOR PORTABLE FLOODLIGHT SET A/M42M-2A THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the availability of a Commercial-Off-The-Shelf (COTS) reliable Engine Generator Assembly (GENSET) for replacement of the legacy gensets being utilized in the Navy/Marine Corps. Portable Floodlight Set. The Navy is currently seeking a form, fit, function replacement for the existing 7 kW Kohler genset (P/N 7CC061-PA190019) utilizing a 17 HP Kubota engine. The desired genset should be able to fit in the same footprint as legacy genset with no modifications (preferred) or minimal modifications to the existing skid. The dimensons are 34.68"x25.65"x18.68"(LxHxW), with skid dimensions 23.75"x18." The unit shall be a Tier IV EPA Emissions Standard diesel genset. Corporate Expertise Briefly describe your company, your products and services, history, ownership, and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned (no suggested page count). Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP) BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. No Solicitation exists. Vendors can additionally provide a capabilities statement that demonstrates the respondents ability to meet the requirements specified herein. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses should be received no later than 4:00 PM ET, 28 September 2015. Responses should be submitted electronically to the designated Contract Specialist, Jennifer Betchen, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: jennifer.betchen@navy.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested parties should send company and descriptive literature and/or Rough Orders of Magnitude (ROM) on any currently available product that meets the Navy's requirements, as well as any comments or questions to the designated Contract Specialist, Ms. Jennifer Betchen, via e-mail to jennifer.betchen@navy.mil or fax (732) 323-7440. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. Contracting Office Address: Naval Air Warfare Center Aircraft Division, Contracts Department, Code 25211JB B562-3, Hwy 547, Lakehurst, NJ 08733-5082. Primary Point of Contact: Jennifer Betchen jennifer.betchen@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-RFI-0230/listing.html)
 
Record
SN03875492-W 20150910/150908235427-226a7f8414cc20ec74eba17d03e5db38 (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.