SOURCES SOUGHT
99 -- Motor Controller for Fire Pump (Guam)
- Notice Date
- 11/28/2023 3:25:47 PM
- Notice Type
- Sources Sought
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
- ZIP Code
- 96322-1500
- Solicitation Number
- N68246_02
- Response Due
- 12/5/2023 7:00:00 PM
- Archive Date
- 12/21/2023
- Point of Contact
- Cynthia Cruz, Phone: 671-339-5295, Jason Sakazaki, Phone: 671-339-5527
- E-Mail Address
-
cynthia.r.cruz2.civ@us.navy.mil, jason.e.sakazaki.civ@us.navy.mil
(cynthia.r.cruz2.civ@us.navy.mil, jason.e.sakazaki.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR REQUEST FOR QUOTATION (RFQ) This is a Sources Sought Notice and does not constitute a solicitation by the government. The information gathered from this request is for planning purposes only. If a solicitation is issued, it will be issued at a later date. The Government is not obligated, nor shall it pay, for any information received from potential sources as a result of this Sources Sought Notice.� No official solicitation exists in connection to this notification. If in the future an official solicitation is released, there is no guarantee that sources responding to this sources sought will be included on the sources list.�� This Sources Sought Notice is to determine the availability and capability of small businesses including certified 8(a), Small Disadvantaged, HUBZone firms, veteran and Service-Disabled Veteran-Owned Small Businesses, and Women Owned Small Businesses to perform the requirements of the draft Statement of Work. The NAICS code associated with this requirement is 423830, and the small business size standard is 100 employees. BRIEF SUMMARY OF WORK A motor controller is required to power a Temporary Auxiliary Seawater System (TASW) by providing power to an electric fire pump in support of critical maintenance. The USS Emory S. Land (AS 39) is requesting a contractor to fabricate a motor controller, provide technical drawings and ship to the tender via the fastest means possible.�� The contractor shall manufacture and deliver a motor controller including, but not limited to the following specifications: Voltage: 460V 3 Phase 60 Hertz 120V Coil Voltage Rated to support 250 electric fire pump Underwriters Laboratories Inc. Type 3R enclosure sized 12 inches in depth, 32 inches in height, and 24 inches in width. 302 AMPS Steel cabinet with 2 foot legs. AVA42500F0f0X3X1 QTY (8) Precut 10 FT lengths of DLO Cable The contractor shall provide all the necessary drawings, specifications for electrical connections and any technical manuals required for the ship�s force to accomplish the installation of the new motor controller to the fire pump. Technical documentation supplied will provide the ship�s force personnel with recommended maintenance and post-installation checks to verify proper operation prior to use. This should include, but is not limited to: Insulation resistance checks at required electrical connections to verify proper grounding for exposed metal portions of the controller not connected to the circuit. Continuity checks to verify connections are properly made up between the new controller and the motor it is supplying. Insulation resistance checks to verify adequate insulation to ground. Technical drawings will have part numbers or manufacturer information for normal wear and tear items (i.e. contactors, pushbuttons, etc.) to allow for ship�s force to procure replacements in the future. The contractor shall supply all the necessary hardware required for the installation and expedite shipping. SUBMITTAL REQIUREMENTS: Interested and capable contractors are requested to submit the following to the Contract Specialist, Cynthia Cruz at cynthia.r.cruz2.civ@us.navy.mil with the following subject: �Source Sought-Motor Controller for Fire Pump 1) COMPANY PROFILE to include all of the following: a. Company name and address; b. Company point of contact (including name, title, telephone number, fax number and email address); c. Small Business Set-asides your firm is eligible for award under the applicable NAICS code, and d. CAGE code (if available) 2) CAPABILITY TO PERFORM: A brief summary of the capability to perform to include, at a minimum, available equipment, available materials, plan to obtain resources that are not currently on-hand (equipment and/or materials) and available subcontractors or teaming partners with their capability to perform to meet the overall requirements. Include lead time. How many days after receipt of order would it take to deliver the requirement? Sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed. Cost or price information is not solicited and will not be reviewed 3) SUBCONTRACTORS / TEAMING PARTNERS (Optional): If applicable, provide established subcontractor arrangements or partnerships with other companies that your firm could potentially use in the execution of this requirement. Provide a brief description of each subcontractor and the nature and extent of your firms past, current, and planned future work together. 4) SOW COMMENTS / QUESTIONS (Optional): Submit any comments or questions that your firm may have regarding the SOW. The Government will consider them as it finalizes the SOW. The Government will not issue any updates to the Sources Sought with responses to any questions or comments received.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4068bebde484497b896ee1031afe64ca/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN06896780-F 20231130/231128230049 (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 |