SOURCES SOUGHT
61 -- Uninterruptible Power Supply
- Notice Date
- 11/2/2011
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-R-0034
- Archive Date
- 12/2/2011
- Point of Contact
- Robert T. Boggi,
- E-Mail Address
-
robert.boggi@navy.mil
(robert.boggi@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for an Uninterruptible Power Supply (UPS) SOLICITATION NUMBER: N68335-12-R-0034 GENERAL INFORMATION: Document Type: Request for Information (RFI) Classification Code: 6150 NAICS Code(s): 335999 Contracting Office Address: Department of the Navy, Naval Air Systems Command Naval Air Warfare Center Aircraft Division - Lakehurst Contracts Navy Department Hwy. 547 Attn:B120-Rm 180 Lakehurst, NJ, 08733-5083, United States REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e): BACKGROUND/PURPOSE: The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a UPS in support of SCR, at St. Inigoes, MD. The purpose of this RFI is to gain insight into the best practices / capabilities in industry for an UPS in order to maintain electrical power for critical circuit operation of systems. It will also be used as a backup to supply power to the systems in order to maintain program stability and function when critical power shortages/outages occur. The Government is interested in industry feedback from the commercial market on the requirements listed in this RFI. Vendors are asked to respond with documentation outlining their capabilities as well as feedback on the requirements listed below. Requirements: - UPS capable of accepting 18-32 VDC vehicle power and 90-250 VAC 50 or 60 Hz single or two-phase power, world power - UPS capable of an output 120 VAC 50 or 60 Hz - UPS's internal battery runtime that operates a minimum of 20 minutes with a continuous 500W load. - UPS's that meet MIL-STD-810G shock and vibe specifications environmental standards - UPS weighing 87 lbs. (MIL-STD-1472F one man lift) or less. ADDITIONAL INFORMATION: In response to this RFI, respondents shall submit written responses, not-to-exceed five (5) pages in length via electronic mail. Drawings, slick sheets, website information and Power Point Presentations are acceptable means of responding. Product specification, sketches, or listings of authorized distributors do not count as part of the page count. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts points of contact identified below. The Government's intention is to gain a better understanding of current industry capabilities to determine the best acquisition approach for this effort. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Technical questions and industry responses to this RFI shall be submitted via email no later than 4:00PM E.S.T Thursday 17 November 2011 to the following individuals: Mr. Robert Boggi at Robert.Boggi@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0034/listing.html)
- Record
- SN02616675-W 20111104/111102234331-a6ba7b0132ca8ebb1f491864c109866e (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 |