MODIFICATION
61 -- Propane Gas Fueled Generator Set
- Notice Date
- 2/21/2025 10:58:48 AM
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA25QA019
- Response Due
- 2/28/2025 8:00:00 AM
- Archive Date
- 03/15/2025
- Point of Contact
- Dustin Robertson, Phone: 5028981255
- E-Mail Address
-
dustin.t.robertson4.civ@army.mil
(dustin.t.robertson4.civ@army.mil)
- Description
- Sources Sought Synopsis This is a Sources Sought Notice ONLY. The Mission and Installation Contracting Command at Fort McCoy, WI is issuing this sources sought synopsis as a means of conducting market research to identify potential small business manufacturers of Propane Fueled Generator Sets. The anticipated North American Industry Classification System (NAICS) code for this requirement is 335312 (Motor and Generator Manufacturing) with a size standard of 1250 employees. The Small Business Administration has NOT granted a Class Waiver to the Non-Manufacturer Rule (NMR) for NAICS 335312. The results of this market research will contribute to identifying potential sources and determining the method of procurement if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside socioeconomic categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more qualified small businesses do not respond with information to support the set-aside. This notice is issued solely for information and planning purposes � it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The U.S. Government is seeking qualified small business manufacturers capable of providing a propane fueled backup generator set, removing existing generator and installing new generator. The generator must meet the following salient characteristics: 175 � 200 kW 60 Hz Generator Must meet Monterey Bay Air Resource District Requirement Standby Rating 60 Hz KW (kVa) 200 kW Phase 3, 277/480 Volts Engine Fuel LPG Gas (Propane) 400A 3-Phase 208V Nema Type 1 Enclosure True 4 Pole Automatic Transfer Switch built in with display monitoring Generator enclose shell protected by outside elements Equipment must fit on 7� wide by 14� length Concrete Pad Other necessary requirements: 5-year Service Maintenance with Parts and Labor for all installed equipment 5-year extended Manufacturer Warranty with Parts and Labor for all installed equipment Shipping and Handling Cost included Removal and disposal of existing generator and installation new generator on existing pad to include parts and labor to bring generator into fully operational status In response to this Sources sought, please provide: Name of the firm, point of contact, phone number, email address, website address, telephone number, UEI number, CAGE code, 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. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. 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 qualifications, etc., that will facilitate making a capability determination. Recommendations to improve the approach to acquiring the identified product to include contract type, pricing structure, commercial terms and conditions, etc. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Dustin Robertson, via email at dustin.t.robertson4.civ@army.mil no later than 10:00 a.m. CST on 28 February 2025. Please reference all email correspondence with the following Subject line: Propane Generator Set for Fort Hunter Liggett, CA. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe5f7f7993a94e89be9170f817f52c53/view)
- Place of Performance
- Address: Jolon, CA 93928, USA
- Zip Code: 93928
- Country: USA
- Zip Code: 93928
- Record
- SN07349574-F 20250223/250221230029 (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 |