Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOURCES SOUGHT

39 -- Craft Portal Crane SLEP II

Notice Date
4/30/2020 11:44:11 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-20-R-1004
 
Response Due
5/15/2020 11:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Luke Clay, Phone: 757-679-2419, Lisa Sumpter, Phone: 757-967-3819
 
E-Mail Address
luke.clay@navy.mil, lisa.sumpter@navy.mil
(luke.clay@navy.mil, lisa.sumpter@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a request for either a quote or proposal, or an invitation for bid. The intent of this sources sought is to identify potential offerors for Service Life Extension Program II (SLEP) to modernize six 60/15-ton Craft Portal Cranes at Norfolk Naval Shipyard (NNSY) and one at Puget Sound Naval Shipyard & IMF (PSNSY). �No solicitation, specifications or drawings are currently available.� The solicitation number will be N62470-20-R-1004. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: large business, small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman owned small business (WOSB), and service disabled veteran-owned small business (SDVOSB). �Potential sources should have current relevant qualifications, experience, personnel and capability that can provide all labor, material, equipment, and supervision to modernize 60/15-ton portal cranes. The modernizations shall include: Replacing the existing DC drives Modifying the operator�s controls Replacing/modifying the electric control system Replacing the crane�s diesel engine generator set Adding a rail lubrication system Adding new limit switches Replacing of whip hoist wire rope Replacing outdoor conduit� It is the government�s intent to require the use of Nidec Avtron ADDvantage-32 Plus DC drives and Kohler Volvo Diesel Generator sets for this acquisition. Naval Sea Systems Command Crane Quality Manual (Rev 7) requires corporate configuration control amongst crane classes, such that specific design and components are common to the class of cranes. Therefore, the cranes modernized under the Craft SLEP II contract must use the same major components (i.e., Nidec Avtron DC drives and Kohler Volvo DG sets) as in the first Craft SLEP contract (N62470-14-D-5001). The Government will use the sources sought responses along with other market research to make various determinations regarding any resulting procurement action. Any resulting contract will be a single award and will incorporate Firm Fixed Price (FFP) provisions. �The anticipated award date is March 2021.� The primary NAICS code for this procurement is 333923, Overhead Traveling Crane, Hoist and Monorail System Manufacturing with a size standard of 1,250 employees.� Respondents will not be notified of the results of the evaluation. However, the information provided will be used for technical and acquisition planning.� All proprietary information not to be disseminated in Government documents must be clearly identified.� Responses to the questions provided herein must be submitted in electronic form (Microsoft Word or Adobe PDF format) and should be attached to an email addressed to luke.clay@navy.mil.� Responses are limited to 5 pages in length and SHOULD ONLY INCLUDE THE INFORMATION REQUESTED IN THE ATTACHED QUESTIONNAIRE.� Do not submit brochures or other corporate marketing information. �The due date for responses is 2:00 PM EASTERN TIME, 15 MAY 2020. Please identify in the subject line of your response �SLEP II SOURCES SOUGHT.�� Any questions may be submitted via email to Luke Clay, email: luke.clay@navy.mil.� Alternate point of contact is Lisa Sumpter, email: lisa.sumpter@navy.mil.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THERE IS NO BID PACKAGE OR SOLICITATION SPECIFICATION OR DRAWINGS AVAILABLE AT THIS TIME. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7f708e60d77458b83b766d7ad8aeb05/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05642047-F 20200502/200430230149 (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 |
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.