The RFP Database
New business relationships start here

Power Distribution Illumination Systems Electrical (PDISE) Medium Power Distribution Systems (MPDS)


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information Announcement - Sources Sought Notice for Power Distribution Illumination Systems Electrical (PDISE) Medium Power Distribution Systems (MPDS)


REFERENCE: W909MY-18-R-G018


THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Request For Information (RFI) NOTICE is for informational purposes only. The Government is not obligated to make an award as a result of this request. This is NOT an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and is in no way obligated by the information and/or materials received in response to this RFI Announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.


BACKGROUND:


Project Manager Expeditionary Energy and Sustainment System (PM E2S2) formerly known as PM Mobile Electric Power (PM MEP) has been a leader in developing, fielding and servicing power generation and power distribution for U.S. Army applications and is currently conducting market research in support of the Power Distribution Illumination System Electrical (PDISE) program. The legacy PDISE family includes the M200, M100, M40 three phase feeder/ distribution systems, M60 single phase distribution system and M46 electrical utility assembly. The current Medium Power Distribution Systems (MPDS) includes the legacy PDISE plus the AMMPS Microgrid Kit and Power Plant Switch Boxes.


DESCRIPTION:


The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources for power distribution equipment, on behalf of PM MEPS. These sources shall have the capability to manufacture, test, and deliver power distribution equipment used by the US Army. This equipment includes standalone or skid mounted ruggedized power distribution systems, associated cables assembly and accessories. The equipment and end items are capable, singularly or in combination with each other, of being connected directly to generator sets ranging from 5kW through 200kW.


PURPOSE:


The purpose of this RFI is to identify potential sources who have the capability to effectively interpret detailed Government specifications and product drawings. In addition, potential sources must have the capability to assemble the equipment and conduct production conformance tests such as MIL-STD-705, Department of Defense Test Method Standard Mobile Electric Power Systems Revision D, 22 November 2016. The estimated quantity of power distribution equipment to be procured is projected to be around 760 over a production period from fiscal year 2020 through 2025 with an average delivery rate of approximately 12 per month which may peak at 30 per month.


The contract is expected to be a five-year, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) or Requirement type contract using Government furnished Technical Data Packages (TDPs). These TDPs include both specifications and drawings which describe the details, performance, and conformance testing of this equipment. The respective TDPs are available upon request for products listed in Table 1.


REQUIREMENT(S):


MPDS


MPDS are man-portable feeder/distribution equipment that enables the transfer of electricity from military generator sets to DoD materiel.


AMMPS Microgrid kits: AMMPS Microgrid is designed to automatically start and stop up to six AMMPS generator sets (30kW or 60kW) in pairs of two based on power demand. The AMMPS Microgrid kit includes all components necessary to build an AMMPS Microgrid except for the Advanced Digital Control System (ADCS). The key components of the Microgrid Kit are the Microgrid Feeder Box (MFB) for the kit (04-50051), Parallel Communication Interconnect (PCI) Box and associated cable assemblies.


M200: The M200 is 120/208V, three phase, Electrical Feeder System. It has one (1) three-phase, 200A input circuit with three (3) 100A, four (4) 60A and one (1) 20A output circuits. The system also includes a pigtail and feeder cables.


M100: The M100 is 120/208V, three phase, Electrical Feeder System. It has one (1) three-phase, 100A input circuit with one (1) 100A feed-through; two (2) 60A, two (2) 40A and two (2) 20A output circuits. The system also includes a pigtail and feeder cables.


M40: The M40 is 120/208V, three phase, Electrical Distribution System. It has one (1) three-phase 40A input circuit with one (1) feed-through; and twelve (12) 20A, single-phase output circuits. The system includes a pigtail, distribution cables, extension cables, Ground Fault Circuit Interrupter (GFCI) cables, and household type, duplex receptacle.


M60: The M60 is 120V, single- phase, Electrical Distribution System. It has one (1) 60A input/output circuit with six (6) 20A output circuits. The system includes a pigtail, distribution cables, extension cables, GFCI cables, and household type, duplex receptacle.


M46: The M46 Utility Assembly is similar to wall outlets in a fixed facility. The M46 comes in a transit container that contains branch circuit assembly, cables, lights, and standard household type 120 VAC duplex receptacles for plugging the electrical load. It could be emplaced within tents, shelters or building.


Switch Box Equipment for 5-60kW AMMPS Power Plant (PP):


An Advanced Medium Mobile Power Source (AMMPS) Power Plant (PP) is a trailer mounted generator set configuration consisting of two generator sets, one or two trailers, a switch box and power cables which enable the Warfighter to have redundant power capability. The AMMPS PP range in size from 5 to 60kW using 5 different switch boxes described in Table 1. The Switch Box is connected between two AMMPS sets by paralleling assemblies. The Switch Box enables no break in power when changing power sources for maintenance.


Table 1: List of Medium Power Distribution Systems

 




Item name



Description



NSN



Estimated Qty



TDP Available







AMMPS




Microgrid Kit




 



157



Yes





M200




Electrical Feeder System M200A




6150-01-308-5672



300



Yes





M100




Electrical Feeder System M100A



6150-01-308-5671



2



Yes





M40




Electrical Distribution System M40A




6150-01-307-9446



2



Yes





M60




Electrical Distribution System M60A




6150-01-307-9445



2



Yes





M46




Electrical Utility Assembly




6150-01-208-9751



2



Yes





5/10kW SB




5kW/10kW Light Tactical Trailer (LTT) Switch box




5930-01-592-6262



70



Yes





5/10kW SB




5kW/10kW M200 Trailer Switch box




5930-01-592-6345



60



Yes





15kW SB




15kW LTT Switch box




5930-01-592-6358



140



Yes





15/30kW SB




15kW/30kW M200 Trailer Switch box




5930-01-592-6339



20



Yes





60kW SB




60kW M200 Trailer Switch box




5930-01-592-5774



5



Yes






*TDP available for each item listed above.  Please contact the Technical POC Ohmar Win at ohmar.win.civ@mail.mil to request TDP.

INFORMATION REQUESTED:


Criteria for Sources Sought Notice:


Interested parties with the capabilities to satisfy the above and meet the Power Distribution Illumination Electrical Systems (PDISE) Equipment production requirements should submit a white paper, not to exceed 10 pages, describing the contractor's experience in fabricating products from Government product drawings & specifications and testing of power distribution equipment, organizational capabilities and a Rough Order of Magnitude (ROM) unit cost for each item in Table 1 for potential future Government procurements. Additionally, your company's response should include a complete discussion of your ability to meet the above stated requirements and capabilities, facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware and data, or the capabilities and production qualifications required for this production effort. Responses should also include a cover letter (not included in the page count) providing:


1. Point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address.


2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 1,000 employees for the North American Industry Classification System (NAICS) Code 335312. Additionally, responders should include direct answers to the following questions:


a. Are you planning on being a Prime or a Subcontractor? (If a Prime continue to question b, otherwise continue on to question c).


b. If you are a small business and plan to be a prime please inform how you will meet the limitations on subcontracting Clause 52.219-14?


c. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house?


d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% (percent) in house?


e. If you are a small business, can your company sustain the effort if not paid for 90 calendar days?


f. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award?


g. Has your Company performed this type of effort or similar type effort (to include size and complexity) before, if so provide Contract number, Point of Contact (POC) name, e-mail address, phone number, and a brief description of your direct support of the effort?


h. Provide details regarding your experience with Government Requirements Contracts and Government Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. Negative replies required.


i. Describe your minimum production rate, maximum production rate, and 1/8/5 economic production rate for producing the items listed in this sources sought document.


3. Cage Code and Duns Number: If your company holds a GSA Schedule contract (874 or other), please provide the Schedule number.


PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT MAY ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS SOURCES SOUGHT NOTICE.


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 for 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.


Submitting Responses to this RFI


Note that RFI respondents must designate a single point of contact for receipt of all information pursuant to this RFI.


Response to this notice should be received no later than 18 November 2019 12:00 PM EST, via email sent to all three of the Government points of contact listed below. At a minimum, include "RFI Number W909MY-19-R-0007-: Contractor Name Power Distribution System Rebuy Production" in the subject line. All requests for further information should be made via email; telephonic requests for additional information will not be honored. Foreign entities may be excluded from this RFI and the resultant contracting action, but foreign entities may contact the Contracting POCs to discuss their firm's particular situation.


Technical POC: Ms. Ohmar Win, PM MEPS
Email: ohmar.win.civ@mail.mil


Contracting POC: Danny Lester, Contracting Officer
Contracting Officer, Belvoir Division
Army Contracting Command - Aberdeen Proving Ground
10205 Burbeck Road, Building 362, Fort Belvoir, VA 22060
Email: danny.w.lester.civ@mail.mil


- and -


Brian Petchel, Contract Specialist
(same address information as above)
Email: brian.k.petchel.civ@mail.mil


QUESTIONS TO THIS ANNOUNCEMENT:

All questions pertaining to this announcement are due, in written form to the Contracting Office, no later than 28 October 2019 by 12:00 PM EST. The Government gives no guarantee of timely response, but will answer on a best-effort basis. Therefore, the Government recommends that offerors submit questions early in the process so the Government is not delayed in receiving responses.


Use the following format for your question submittals:


1. E-mail subject line should read "W909MY-19-R-0007 - Contractor Name Question(s) to MPDS Sources Sought" and email limited to 10MB.
2. Submit questions in an organized manner directly in the e-mail text that follows the logical order of information in this announcement. Label each question with a general subject matter reference of main paragraph.
3. Keep questions brief and to the point.


Submit all questions by the above deadline. Questions arriving late may not be accepted or responded to.


Questions and Answers have been posted as attachment entitled, "Questions and Answers".

SMALL BUSINESS QUESTIONS:


1. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 335312- Motor and Generator Manufacturing. For more information, refer to https://www.sba.gov/document/support--table-size-standards.


2. If your company is a large business please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work as derived from this RFI and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals.


3. If you identify your company as a small business or any of the small business subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide.


4. Under the current small business size standard, do you anticipate your company remaining a small business under the stated NAICS code 335312- Motor and Generator Manufacturing?


5. If you identify your company as a small business or any of the small business subcategories above, is your company interested in being a prime on any potential future efforts?


6. If you are a small business and plan to be a prime for any future requirements, please provide information to show how you will meet the Limitations on Subcontracting clause, FAR 52.219-14.


7. If you are a small business, can your company sustain operations if not paid for 90 calendar days?


8. Provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the Government requirements. Vendors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing.



PROPRIETARY INFORMATION:


Respondents to this RFI may mark proprietary information as such, the Government will protect that information as it would bid or proposal information. However, by submitting a response to the RFI, the respondent agrees the Government may reproduce and use the information submitted, even if marked proprietary, to the extent necessary to evaluate the RFI response, and as part of any resulting Market Research. Respondents are advised that the information submitted to the Government in response to this RFI may be released to non-Government support contractors of PM MEPS (subject to DFARS 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends). These Government support contractors may assist the Government with reviewing responses to this RFI, but are generally ineligible to compete for this requirement and are restricted from disclosing the RFI responses to other firms.


No Classified data may be provided in response to this RFI email.


RFI DOCUMENT/TECHNICAL ENGINEER POC:


Ohmar Win
Product Manager Mobile Electric Power Systems (PM MEPS)
5850 Delafield Rd, Building 324
Fort Belvoir, VA 22060-5809
Work Telephone # (703)-704-1588


Brian Petchel, Contract Specialist, Email brian.k.petchel.civ@mail.mil - Danny Lester, Contracting Officer, Email danny.w.lester.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP