SOURCES SOUGHT
99 -- RFI W909MY-20-R-A024 Amendment 01-RFI 3kW Tactical Quiet Generator (TQG)
- Notice Date
- 4/7/2020 8:45:51 AM
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- Amendment
- Response Due
- 4/15/2020 9:00:00 AM
- Archive Date
- 04/15/2020
- Point of Contact
- Hanh T. Dinh, Rosetta Wisdom-Russell
- E-Mail Address
-
hanh.t.dinh.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(hanh.t.dinh.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
- Description
- Request for Information (RFI) �W909MY-20-R-A024 Amendment 01 �Product Director Small Expeditionary Power Sources (PD SEPS) �3 kW Tactical Quiet Generator (TQG) Product Director-Small Expeditionary Power Sources (PD SEPS) is seeking additional information related previous �Sources Sought Notice (SSN), tracking Number W909MY-19-R-0006, requesting sources for the manufacture and delivery of 3kW TQG Diesel engine driven generators, using a Government furnished Technical Data Package (TDP) and Purchase Description (PD). Participation or non-participation in response to this RFI will not, by itself, preclude any firm from competing for a future acquisition.� However, a lack of interest by capable firms may increase the possibility that other than full and open procedures may be used to satisfy this requirement. �In sum, this RFI process gives firms the opportunity to convey their interest in this requirement to the Government prior to issuance of solicitation.� 1.� PURPOSE.�� ���� a. PD SEPS is the acquisition and life cycle manager for the Department of Defense�s (DoD) 3kW TQG program. The ultimate purpose of the 3kW TQG effort contemplated by this RFI is to establish a build-to-print type of contract whereby the Government can purchase 3kW TQG generator sets, built in accordance with a Government-furnished TDP. �For informational purposes, TDP and PD will be provided if request by interested party.� This TDP is subject to future modification, such as for obsolescence management. �The current 3kW 60Hz TQG, National Stock Number (NSN) is NSN: 6115-01-285-3012, have been previously purchased recently under IDIQ Contract Number W909MY-12-D-0018, with Fidelity Technologies Corporation. ���� b. This RFI is to gather information regarding potential sources in anticipation of the issuance of a new solicitation with a requirement for a production IDIQ contract for an estimated total quantity of 900 3kW TQG generator sets, to be purchased from calendar year 2021 through 2026. �Any future contract is likely to include a requirement for obsolescence management, including line items for delivery of spare and repair parts to be ordered via delivery order on an as-needed basis. ���� c. The Government will use the responses as part of acquisition planning, including but not limited to determining the following: (1)� Interested sources. (2) Interest type (small or large business) (3)� Competition Options 2. REQUESTED INFORMATION. �The Government will accept tailored capability statements, but at a minimum, requests the following specific information: ������ a. Question 1.� Is the respondent interested in and capable of competing for this requirement?� If so, please provide information you wish the Government to consider regarding your capabilities.� (The most compelling information will be regarding current experience producing comparable Diesel generator sets and current manufacturing capabilities). ���� b. Question 2.� Please estimate your Minimum Sustaining Rate (MSR) (monthly or annually) for economically viable production of the 3 kW Tactical Quiet Generator (TQG) sets?� Based on your minimum and maximum manufacturing rates, provide a stepladder pricing framework which gives quantity ranges and estimated unit cost deltas by quantity range. ���� c. Question 3.� What is your experience and/or approach addressing parts obsolescence and making generator set subsystem redesign during multi-year build-to-print type production efforts from an established TDP? ���� d. Question 4.� Please provide a Rough Order of Magnitude (ROM) cost for the redesign necessary to replace the obsolete parts listed in the attached Statement of Work (SOW) (Paragraph 3.12.8.4)?� ���� e.�� Question 5.� If possible, please provide a ROM for the costs involved to establish a new production and test line to meet the contract requirements and the flexibility to adjust the production line� (�ramp up� and �ramp down�) to meet variable demand for generator sets over short and long-term periods? ���� f.�� Question 6. �What is the cost impact, per generator, of the requirement for Chemical Agent Resistant Coating (CARC) instead of commercially-available protective coatings such as enamels and lacquers? ��� g. Question 7.� If you are awarded the envisioned contract, would you also be interested in being a spare-parts supplier? ��� h. Question 8.� How long would your firm estimate to deliver the first test article test units after contract award? ��� i. Question 9. �What would your firm estimate production start-up costs for this effort to be? �� j. Question 10. �Please describe your standard warranty terms, duration, and coverage. 3. INSTRUCTIONS. ���� a. The Government requests responses to this RFI no later than�Wednesday 15�April 2020.�� Information should be provided by email to Rosetta Wisdom-Russell Contracting Officer, and Hanh Dinh, Contracting Specialist. ���� b. Please use email subject line: RFI W909MY-20-R-A024 3 kW Tactical Quiet Generator (TQG).� Limit email size to 10MB or less.� Telephone inquiries or submissions will not be accepted. ���� c. The applicable NAICS code for this requirement is 335312. ���� d. Any response to this RFI must include organization name, address, primary points of contacts with email address; small business size status; DUNS and CAGE information. ���� e. Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer, via email at rosetta.wisdom-russell.civ@mail.mil; and Contract Specialist at hanh.t.dinh.civ@mail.mil. 4.� DISCLAIMERS.� This RFI is not a Request for Proposal (RFP) and does not constitute any commitment by the Government. �This RFI does not obligate the Government to issue a solicitation. �Responses to this RFI shall be not be considered offerors.� Contractors are responsible for all expenses associated with participating in this RFI.� No funds are available or will be paid for preparation of responses to this RFI. Enclosure 1- Draft Statement of Work RFI Submission Instructions� PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. The Government requires two (2) documents; Cover Letter and Technical Narrative in your response.� The document formats shall be:� COVER LETTER: The response shall include a Cover Letter.� The Cover Letter should briefly state the interested parties� interest in the 3 kW Tactical Quiet Generator (TQG). The cover letter shall also include the following information: Subject: 3 kW Tactical Quiet Generator (TQG): Brief Summary of the company Company name Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number Date of incorporation Number of years in business Number of employees Mailing address Company Website address The singular point of contact for all information pursuant to this RFI. Phone Number Email address Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 335312. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) Brief overview of company history, limited to 3 paragraphs � If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? � Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 335312? � If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14. � If you are a small business, can you go without a payment for 90 days? � If you are a small business does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. Have you experience as a prime producing commercial items that may be of similar scope, complexity and nature. � Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Interested parties are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. � Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number , Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? B.� Technical Narrative Instructions. The Technical Narrative shall be submitted as two files.� The content of each file shall be identical.� The primary submission shall be MS Word*.docx format.� A copy in Adobe *.PDF is also required. ����������� Page Size:���������������� 8.5 x 11.0 inches ����������� Margins:�������������������� 1 inch all around ����������� Font:�������������������������� Arial or MS Sans Serif ����������� Font Size:����������������� 12 point The technical narrative submitted shall NOT exceed 15 pages.� Test data, drawings, model outputs, etc. can be provided as attachments and does not count toward the 15 page limitation. Question and Answers Responses shall be e-mailed to the Points of Contact listed below. Paper copies of the submittal will also be accepted. Email responses should not exceed 5 Megabytes (MB). Send responses electronically to (Include ""RFI number W909MY-20-R-A024"" in the subject line.): Hanh Dinh, Contract Specialist, email: hanh.t.dinh.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Responses are due no later than 12:00 PM EST (local time at Fort Belvoir, VA) on Wednesday 15�April 2020. All requests for information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Hanh Dinh, Contract Specialist at hanh.t.dinh.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdomrussell.civ@mail.mil Data Rights It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, it is the responsibility of the interested party submitting data to clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.� No Classified data shall be provided via email. �Disclaimer Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), SDB, WOSB, VOSB, etc.). Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are ""best"" estimates only.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/360fbab3d94d4a3b9234e9858c9c866c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05613680-F 20200409/200407230152 (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 |