Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOURCES SOUGHT

61 -- SOURCES SOUGHT NOTICE For Large Advanced Mobile Power Sources (LAMPS) 100 and 200 KW Sized Generator (TQG) Sets, 50/60hZ, 120/208, 240/416 VAC and Power Units

Notice Date
6/29/2010
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-10-LAMPS
 
Response Due
7/29/2010
 
Archive Date
9/27/2010
 
Point of Contact
Marilyn Shortle, 703-704-0823
 
E-Mail Address
CECOM Contracting Center,Washington (CECOM-CC)
(marilyn.shortle@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army, CECOM Contracting Center Washington is performing a market survey on behalf of the US Armys Office of the Project Manager Mobile Electric Power (PM-MEP) to locate sources who have available, or capabilities to develop, 100 and 200 kW sized skid and trailer mounted LAMPS generator with the following performance characteristics: Electrical Performance: 120/208 volt three phase four wire, reconnectable to 240/416 volt three phase four wire at 60 Hz; 0.8 power factor lagging; set rated at full load at 4000 feet and 95 degrees F; 50 Hz capability; voltage and frequency performance in accordance with Utility Class 2 of Mil-Std-1332; Environmental Performance Characteristics: Ability to start, operate, and stop within a wide range of temperature, altitude, and severe weather conditions to include but not limited to 125 F, -25 F, 10,000 feet, wind, rain, humidity, sand and dust, ice, and frost. Transportation Performance Characteristics: Able to be transportable by rail, truck, trailer and aircraft to include but not limited to 9 inch drop; rail impact at 8 MPH; military road courses and lifting and tie down provisions in accordance with Mil-Std-209. Survivability Performance Characteristics: Able to sustain performance while in EMI, HEMP, and NBC environments, be non-detectable within audio noise (74 dBA for the 100 kW and 77 dBA for the 200 kW) and secure lighting limits. Reliability: Able to demonstrate a Mean Time between Essential Function Failures of a minimum of 750 hours at an 80 percent confidence level. Miscellaneous Characteristics: To include, but not limited to a microprocessor based digital control system; automatic paralleling for multiple units of the same set size and one unit each 100 and 200 kW; emergency stop and battleshort capability; full electrical protective systems; operable on diesel and JP-8 turbine fuel; minimum of 750 hour oil change interval; CARC painting and production conformance testing. Physical Characteristics: Light weight (100 kW at 5490 pounds max and 200 kW at 8370 pounds max); small size (100 kW at 106x40x65 and 200 kW at 106x50x65 inches max). Potential sources shall either have available or have the capability to develop a full logistics documentation package within a time frame commensurate with and in parallel with the hardware technical development and testing. Typically this timeframe is 24-30 months. Logistics documentation shall include but not limited to product level drawings, interactive electronic technical manuals (IETMs) and full provisioning and training documentation. All data shall be in accordance with Government specified specifications and standards. Potential sources shall have the capability to assemble, paint and test production quantities as ordered. The required delivery schedule will be a maximum of up to 100 units (any combination of set sizes and configurations) per month with the initial delivery no later than ten months after receipt of order. Potential sources shall be capable of applying CARC paint; with the application of three color camouflage patterns; and shall be able to perform various examinations, inspections and tests to demonstrate required performance criteria. All testing will be in accordance with Mil-Std-705 Test methods. All responsible sources are requested to submit a response to this market research not to exceed 15 pages, and should include descriptive literature of the product and contractors facility and staff; and contractors North American Industry Classification System (NAICS) small business size status. The supporting literature must be in sufficient detail to enable the Government reviewer to determine if the potential vendor either has the required product, hardware and data, or the capabilities and production qualifications required for this effort. The small business size standard is 1,000 employees for the North American Industry Classification System (NAICS) Code 335312. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This notice is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received; however, the information will be used in PM-MEPs assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Responses are to be submitted via e-mail to danny.lester@us.army.mil, within 30 calendar days of the date of this notice. Please use the EMAIL SUBJECT: Contractor Name LAMPS 100 and 200 kW. E-mail shall be limited to 20MB. For technical questions please contact Mr. William Merrill, Phone: 703-704-3209 and email: william.merrill@us.army.mil; or Mr. Michael Yauss, Phone: 703-704-2360 and email: michael.yauss@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1abc36432eba8ecadc6b30fe310b91a2)
 
Place of Performance
Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02191128-W 20100701/100629234718-1abc36432eba8ecadc6b30fe310b91a2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.