Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
SOLICITATION NOTICE

61 -- Two Marine Generators for the Fleet Vessel McNamara

Notice Date
8/29/2024 8:18:55 AM
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES24Q0129
 
Response Due
9/5/2024 8:00:00 AM
 
Archive Date
09/20/2024
 
Point of Contact
Scott E. Hendrix, Kenneth J. Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation notice and not a request for quotes, bids, or proposals.� The purpose of this is to give industry a heads-up that a requirement will be forthcoming.� A solicitation will be posted that includes further requirement specifications and contract terms and conditions. The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor to provide 2 new marine generators for the Maintenance and Repair Division; Motor Vessel McNamara.� This procurement will include delivery to the Fountain City Service Base located in Fountain City, WI on or before October 30, 2024.� It is estimated that this project will be solicited within the 10 days.� �� The North American Industry Classification System (NAICS) code for this project will be 335312, Motor and Generator Manufacturing with a size standard of 1,250 employees. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation shall be a Total Small Business set-aside.� The solicitation will be a request for quote (RFQ). The following is a brief description of the product specifications.� They will be further defined in the forthcoming solicitation. Marine Generator Sets shall meet or exceed the following specifications: 30 KW, 120/208-volt 60Hz, three phase wye connection, multi-tap, open set (no sound enclosure), radiator cooled. Constructed and Tested with a minimum fuel/ emission rating of EPA Tier 3 or Tier 4 utilizing #2 diesel fuel. Engine/Generator shall have emergency shutdown devices. Shutdown features shall include but not limited to high jacket water temperature, low oil pressure, and over speed. Engine will have starter over-crank protection feature. Will have an engine mounted gauge panel. Gauge Panel will include oil pressure, jacket water temperature, 12VDC alternator charging rate, engine hour meter, RPM meter, A/C voltage, and frequency and amperage outputs. Gauge Panel will display diagnostic information, to include high temperature, oil pressure, starter over-crank, generator over speed, over voltage, and over frequency. Dimensions required: Length 59�-61�, Width 29�-31�, Height 44�-46.� Weight Range: 1,200 to 1,300 lbs. One operator�s manual, one parts manual and one service manual shall be included for each generator. This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the RFQ. No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice.� The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54f6a4096f1541e9810ddb0df2aa0a89/view)
 
Place of Performance
Address: Fountain City, WI 54629, USA
Zip Code: 54629
Country: USA
 
Record
SN07192519-F 20240831/240829230124 (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.