Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
SPECIAL NOTICE

Y -- Brand Name Notice of Intent | RSRV Facility Generators

Notice Date
7/31/2024 4:35:20 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
 
ZIP Code
90017-3409
 
Response Due
8/15/2024 2:00:00 PM
 
Archive Date
08/30/2024
 
Point of Contact
Stanislav Sekacov, Phone: 2134523216, Raj Cooper, Phone: 2134523168
 
E-Mail Address
stanislav.y.sekacov@usace.army.mil, raj.cooper@usace.army.mil
(stanislav.y.sekacov@usace.army.mil, raj.cooper@usace.army.mil)
 
Description
DESCRIPTION: The US Army Corps of Engineers Los Angeles District Contracting Office is posting this brand name notification for Facility Generator for the construction of the Sentinel ReEntry Vehicle Facility at Vandenberg Space Force Base, CA.� The anticipated solicitation time frame for the RSRV is around the beginning of October 2024. The NAICS code for this contract action is 236220. The Produce Service Code for this action is Y1AB. Responses from vendors classified in similar NAICS codes and/or PCSs are encouraged and will be accepted. The equipment for the requirement is listed below � DESCRIPTION:Facility Generators�� � � � � � � � BRAND NAME or EQUAL:�Cummins-Onan Generators Facility Generators The United States Air Force (USAF) has a brand name requirement to procure Generators from a limited selection of manufacturers specified by location to support new generator purchases through 30 Sep 2026. A Class J&A exists and supports multiple contracts (new) throughout CONUS and OCONUS locations. The Air Force's decision to standardize on a limited number of facility generator manufacturers is driven by the need to reduce training requirements, enhance mission performance, and achieve cost efficiencies. The current training regimen, which requires training on multiple manufacturers' systems, is costly and inefficient. Standardizing on specific brands will streamline training, reduce downtime for repairs, and leverage spending on spare parts inventory. IAW FAR 5.201 a Notice of Proposed Contract Action/Special Notice, 772_Facility_Generator_Manufacturers_Brand_Name was posted on SAM.gov (Government Point of Entry ""GPE"") 01 June 2021; the posting remained open for 15 days. Generator purchases during the next 5 years are expected to number 1181 units (the number of units expected to reach the end-of-life cycle). The standardization of Generator brands will reduce the total cost of ownership to the Air Force by eliminating inefficiencies and duplication in cost by reducing the need to train USAF generator technicians on multiple manufacturers' systems, eventually reducing training requirement by an estimated $50M per 5-year training cycle. Standardization allows, over time, generator repair to be done in-house as the primary option versus contracting out these services.� Standardization will also increase mission performance efficiencies by streamlining and specializing Civil Engineering (CE) maintainer's schoolhouse training and more importantly additional training at the maintainer's duty location on base-specific manufactures' generators, increasing expertise of organic technicians thereby reducing downtime of generators for repair and replacement due to increasing expertise of organic technicians. The increased availability of trained technicians also improves the sustainment of the Air Force's equipment, machinery, and communications systems. Approval will also increase process efficiencies by allowing CE pre-planning for building design, will improve life-cycle maintenance and replacement of expensive and critical equipment, and will leverage spending on spare parts inventory. In accordance with DFARS PGI 206.302-1, when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303.� The procurement of the ReEntry Vehicle Facility at Vandenberg Space Force Base, CA will include a Brand Name Justification using the AF Brand Name Class J&A as its foundation.�� Respondents to this Sources Sought Notice are to provide a capabilities statement which addresses at minimum: � Contractor name Contractor address Contractor point of contact, phone, and email address Contractor Business Size (i.e., other than small business or small business) Contractor Unique Entity Identifier (UEI) number Capabilities statement Estimated delivery timeframe Authorized distributor letter (if applicable) Small Business Classification (if applicable) Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) SBA Veteran Small Business Certification (VetCert) (if applicable) FSS/GSA Contract number (if applicable) � Please limit responses to a maximum of three (3) pages. Respondents are advised that minor grammatical errors may be present in the Sources Sought notice. Please only bring such issues to the attention of the government if you cannot discern the meaning of a specific sentence or section of the document. Not responding to this request does not preclude participation in future order requests. Interested parties may express their interest by providing a complete response no later than Thursday, August 15, 2024, at 2 pm PST. The response must provide clear and unambiguous evidence to substantiate the capability of the party to satisfy the requirement. A determination not to compete these proposed systems/materials based upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered.� When responding to this announcement, respondents should refer to Notice of Brand Name Justifications for W912PL24R0004. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Stan Sekacov by email at stanislav.y.sekacov@usace.army.mil. Please note, during this time the government is unable to provide direct responses to any questions received. However, due consideration will be given to all feedback and any feedback received may be used to revise the requirements.� � DISCLAIMER: � This Request for Information/Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Request for Information/Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Request for Information/Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9e7115408e442c49bd1ba6466bb34fd/view)
 
Place of Performance
Address: Lompoc, CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN07150204-F 20240802/240731230119 (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.