SOLICITATION NOTICE
61 -- Landbased Mobile Electric Power Plant
- Notice Date
- 11/22/2019 5:34:50 AM
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-19-R-0105
- Response Due
- 12/9/2019 2:00:00 PM
- Archive Date
- 12/24/2019
- Point of Contact
- Gianna V Gatto, Phone: (732) 323-1270, David Andreoli, Phone: 732-323-5208
- E-Mail Address
-
gianna.gatto@navy.mil, david.andreoli@navy.mil
(gianna.gatto@navy.mil, david.andreoli@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Air Warfare Center Aircraft Division intends to procure the Land-Based Mobile Electric Power Plant, Reference SOLICITATION NUMBER N68335-19-R-0105. Solicitation N68335-19-R-0105 will be issued as a Small Business Set Aside request for proposal (RFP).The Land Based Mobile Electric Power Plant (LMEPP) will be a self-contained, diesel driven, towable unit that will be used at land-based sites to provide 120KVA 115 VAC 400 Hz/270VDC/28VDC electric power to support general aircraft maintenance for all naval aircraft platforms. The LMEPP replaces the remaining NC-10C and the A/M32A-108 and are expected to be in service for the next twenty-five (25) years. The legacy units which have reached their end of use life due to power performance requirements shortfalls for F-35, E2D and P-8. The following are some of the requirements for the new LMEPP AC Power Supply: 120 KVA, 115/200 volts, 3 phase, 400 Hz, DC Power Supply: 28 VDC, 500 Amp continuous and 270 VDC, 267 Amp, Operate continuously in temperature conditions ranging from -25 to 140 degrees F, Withstand storage temperature conditions ranging from -65 to 165 degrees F.The Government anticipates the award of a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a minimum contract quantity of four (4) Pilot Production Units (PPUs) to be purchased with the first delivery order. The RFP will include CLINs for a Technical Data Package (TDP), testing, logistics, and four ordering years for production units with a maximum contract quantity of a total of 575 units. In order to determine the best value, the Government will consider strengths, weaknesses and risks associated with the proposal using the best value method of evaluation. The contract will be awarded to the responsible Offeror whose proposal is determined to offer the best value to the Government. Proposals received will be evaluated under the factors of Technical, Past Performance, and Price. Contractors must be registered in SAM. Solicitation N68335-19-R-0105 will be issued as a Small Business Set Aside request for proposal (RFP) as concurred by the NAVAIR Office of Small Business Programs.The solicitation and any amendments will be posted on Beta.SAM under N68335-19-R-0105. Hard copies of the solicitation and amendments will NOT be mailed to the contractors. The solicitation will be posted on the web, on or about 08 January 2020. The Government will not accept electronic proposals. Please contact Gianna Gatto, Contracts POC, Phone (732) 323-1270, or E-mail gianna.gatto@navy.mil for any questions regarding this announcement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9c920b5f20db4452919d7cca949d80bd/view)
- Record
- SN05501856-F 20191124/191122230250 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |