SOURCES SOUGHT
61 -- EATON UPS System
- Notice Date
- 8/9/2024 1:18:13 PM
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PAN018686
- Response Due
- 8/14/2024 7:00:00 AM
- Archive Date
- 08/29/2024
- Point of Contact
- Kenneth L. Lutes, Gwendolyn Bridges, Phone: 7038064608
- E-Mail Address
-
kenneth.l.lutes.civ@army.mil, gwendolyn.bridges5.civ@army.mil
(kenneth.l.lutes.civ@army.mil, gwendolyn.bridges5.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for an Uninterruptible Power Supply (UPS) System on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to EATON Corp. will be to replace the current UPS System. �EATON designed and installed the present Facility Power Complex and software that runs the complex. The current UPS System is part of the Facility Power Complex which consist of the two redundant Commercial Power feeds, UPS System, Switchgear System, and Generator System interfaced though Human Machine Interface (HMI) and software written/designed by EATON. Because EATON Corporation designed and installed the current system it is vital that EATON install the new system. The current systems in the Power Complex work within the EATON design specification. This requires using EATON brands because EATON designed the original system. Using a different brand will create a Stand-Alone System that will NOT allow the system to communicate or SWITCH among the complex systems if a fault is detected. This becomes a life, health and safety issue.� Software � Presently there is EATON software that run the systems and interacts with the human machine interface (HMI). Only EATON has this software. The software was specifically written to ensure fault detection and isolation as systems fail or come online. The UPSs are a part of the system with specific code that will allow a Technician to open or shut a UPS down if it fails, catches fire, etc. Without the EATON software on the UPS, the UPS would not operate with the commercial power, switchgear, UPS and generator systems. The software tells systems when and what is online to prevent power accidents or death. EATON Corporation only allows their certified technicians to install and work on EATON equipment. � The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, as implemented by FAR Subpart 13.5, utilizing guidance of Content under FAR 6.303-2.: Pursuant to FAR subpart 8.405-6(a)(1)(i)(B) and FAR Subpart 6.302-1(a)(2)(iii), only one responsible source is capable of providing the supplies/services at the level of quality required because the supplies are unique or highly specialized to satisfy the agency�s requirement. 41 U.S.C. 3304(a)(1). Attached is the draft Statement of Work (SOW). The deadline for response to this sources sought notice is no later than 10:00 A.M. Eastern Time, 14 August 2024.� Provide responses to this notice to: Gwendolyn Bridges, Contracting Officer, gwendolyn.bridges5.civ@army.mil ; and Kenneth Lutes, Contract Specialist, kenneth.l.lutes.civ@army.mil Telephone responses will NOT be accepted. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is: �335311 - Power, Distribution, and Specialty Transformer Manufacturing.� In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, SAM Unique Entity ID, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51ce792ce309418ab9c722dcd28d1f24/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07164880-F 20240811/240809230123 (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 |