Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
SOURCES SOUGHT

J -- 500KW Commutators - 500KW Commutator Sources Sought

Notice Date
1/29/2018
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904018R0013
 
Archive Date
1/29/2019
 
Point of Contact
Eric G-G Aberle, Phone: 2074386792
 
E-Mail Address
eric.aberle@navy.mil
(eric.aberle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the Word Doc of the Sources Sought Sources Sought for IDIQ The refurbishment of the 500 KW commutators Sources Sought Notice. No solicitation is available. This notice is released pursuant to FAR 15.201e, Exchanges with Industry. See attached Sources Sought Notice for details This sources sought is a market research tool being utilized to determine potential and eligible firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. Only responders who meet the following criteria should respond to this sources sought notice: 1. Meets specifications outlined below 2. Has an active CAGE Code with the System for Award Management (SAM) registration 3. Does not appear on the Excluded Parties List Portsmouth Naval Shipyard (PNS) is seeking to identify sources to accomplish a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the refurbishment of the 500 KW commutators new and classic design. The anticipated period of performance is one base year and four option years with performance commencing approximately 23 May 2018, estimating a maximum of 10 Classic Design Commutators and 4 New Design Commutators per year, but the Government does not guarantee the maximum number of units. *** Interested sources shall be capable of providing the following: Work consists of disassembly, data recording, and manufacturing 500 KW new and classic design commutators. The commutators, government furnished material (GFM), will have already been removed from their shafts. The GFM will be supplied to the contractor as an example of the commutators to be manufactured by this procedure. The front and back clamp rings may be reused on the new commutators provided they are suitable for reuse. The commutator core barrel shall be manufactured new. All copper and insulating materials shall be replaced. All studs, nuts, washers and locking plates shall be replaced. Work shall be for a period of five calendar years from the date of the contract being awarded. Exact work quantities for classic design are unknown; however, historical data indicates that the levels will be about 10 classic design commutators per year. Work shall be a minimum of one classic design commutator to a maximum of 50 classic design commutators over the five-year period. Exact work quantities for new design commutators are unknown; however, historical data indicates that the levels will be about four new design commutators per year. Work shall be a minimum of one new design commutator to a maximum of twenty new design commutators over the five-year period. The commutators shall be completely stripped, re-insulated, copper bars replaced, spin seasoned, electrically tested, machined, and balanced in accordance with the Commutator Refurbishment Procedure. 1. The refurbishment of the 500 KW commutators called for in this procedure can be performed without reference to any original equipment manufacturer (OEM) armature drawings. The refurbishment of these commutators must meet the specifications in the Commutator Refurbishment Procedure herein. 2. The contractor is to complete and forward a detailed commutator data and dimension sheet on the first commutator refurbished during initial disassembly. The data sheet is to be forwarded to the Portsmouth Naval Shipyard (PNS) contracting official for review and approval prior to reassembly. Subsequent commutators are to be compared to the original data sheet during disassembly. Any discrepancies are to be noted and forwarded to PNS. 3. The commutators to be refurbished by this procedure are to be built to the dimensions of the original commutator data sheet that was completed by the contractor, and the dimensions provided in the Commutator Refurbishment Procedure enclosed. 4. In the event no carcass is available for refurbishment, all parts will be manufactured new in accordance with this procedure. These commutators will be completed within 45 calendar days of the request from PNS in writing. 5. Dimensional tolerances unless otherwise specified in the contract shall be the same as standards used for high quality commutator manufacture and/or the "Twenty Eighth Edition of Machinery's Handbook". 6. The contractor awarded the contract shall notify PNS prior to subcontracting any of the work such as, segment manufacture or commutator balance or spin seasoning to a different contractor. PNS reserves the right to verify the subcontractor has extensive experience in the field. In the event that PNS deems the subcontractor unqualified, the subcontractor shall not be used. 7. The commutator contractor shall contact the local Defense Contract Management Agency (DCMA) representative and PNS Technical Point of Contact 10 days prior to shipment of the commutators so that an on-site representative can review the refurbishment data before shipment. The local DCMA and/or a PNS representative shall also be allowed to do spot checks on the commutators during manufacturing to ensure that the requirements of the contract are being followed. *** The NAICS code for this requirement is 335312, Motor and Generator Manufacturing. Responses should include the following information: Responder's contact information including company name, telephone number, fax number, email address, street address, CAGE code, and TIN Questions shall be submitted in writing by e-mail to Eric Aberle at eric.aberle@navy.mil. Verbal questions will not be accepted. Any questions will be answered by posting answers to the www.fbo.gov. Please email your responses regarding this announcement to Eric Aberle at eric.aberle@navy.mil, no later than 4:00 PM ET on February 5, 2016. This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8f74094552af3d9df2c94a9d8cddf08)
 
Place of Performance
Address: Portsmouth Naval Shipyard (PNS), Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04803291-W 20180131/180129231522-a8f74094552af3d9df2c94a9d8cddf08 (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.