Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SOURCES SOUGHT

J -- 3127 Hurley Repower Engines

Notice Date
4/3/2020 5:30:33 AM
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU20Q0015
 
Response Due
4/18/2020 10:00:00 AM
 
Archive Date
05/03/2020
 
Point of Contact
James F Casey, Phone: 2156566915, Robert W. Hutcheon, Phone: 2156562291
 
E-Mail Address
james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil
(james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Philadelphia District is issuing a sources sought notice to gather market research to identify resources available to provide three (3) marine rated diesel generators. This sources sought notice is for INFORMATION PURPOSES ONLY. This is NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS. Responses to this request will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via the Beta Sam website (https://beta.sam.gov/). The Memphis District of the Corps of Engineers intends to procure three (3) diesel generators for repowering the Dredge Hurley. The Hurley�s mission is to maintain the navigable channel(s) of the Mississippi River. The new diesel generators shall be EPA Tier 4 IMO TIII certified. The engines shall have the following characteristics: -2750 KW (minimum), 600VAC, 3 PH, 60 Hz, 0.8 PF. -Diesel engines and generators rated for constant speed operation. -Generator set mounted on skid, skid to be flexibly mounted or engine flexibly mounted skid to minimize noise and vibration. -The generator set assembly (not including auxiliary equipment) must fit in the existing dimensional envelope of 38�6� in length, 11�8� in width, and 15� in height. -Generator Set packages are to include any and all required auxiliary equipment including but not limited to: cooling, fuel, oil, exhaust, controls, after treatment, etc.. -The generator sets must be capable of accepting raw water cooling from the vessels existing system. The contractor shall be responsible for delivery of the generator sets. The contractor shall be responsible for providing on-site technical support during generator set installation and testing. For this sources sought notice, the following NAICS codes are applicable 335312 Per the SBA table of size standard, there is no sized standard using dollar size of business, but there is a size standard of 1250 employees. All interested business concerns for this requirement may submit the following: Company name DUNS number CAGE code Type of business concern Years in business Statement of capability and qualifications of the organization to perform the requirement. List of similar projects worked on over the past 5 years including identification of the equipment and technical support provided during installation and testing. Each submission shall not exceed 5 pages total. Failure to comply with this page limit may preclude your response from being evaluated. All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov . Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://www.vip.vetbiz.gov/. Questions can be directed to (james.f.casey@usace.army.mil). This office will not accept any responses to this sources sought notice through telephonic, written, or faxed. All responses must be submitted through electronic mail. All responses shall be received on or before 1300 EDT 18 April 2020. Contracting Office Address: USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg. (RM 643), Philadelphia, PA 19107-3390 Point of Contact(s): James F. Casey 215-656-6915
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f079ecdf2e254bf78ba617975809af94/view)
 
Place of Performance
Address: Memphis, TN, USA
Country: USA
 
Record
SN05610342-F 20200405/200403230143 (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.