Advanced Medium Mobile Power Source (AMMPS) Notice of Intent

expired opportunity(Expired)
From: Federal Government(Federal)

Basic Details

started - 27 Jun, 2023 (10 months ago)

Start Date

27 Jun, 2023 (10 months ago)
due - 11 Jul, 2023 (9 months ago)

Due Date

11 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710014)DEPT OF THE ARMY (133262)AMC (72678)ACC (75061)ACC-CTRS (32934)ACC-APG (10730)ACC-ABERDEEN PROVING GROUNDS CONT C (294)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The United States Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-2, Unusual and Compelling Urgency and no other supplies or services will satisfy agency needs. In Accordance with FAR 6.302-2(a)(2) the agency’s needs for the supplies is of such an unusual and compelling urgency that the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals. The Government intends to solicit and negotiate with Cummins Power Generators Inc., 1400 73rd Avenue NE, Minneapolis, MN 55432-3702, to provide Advanced Medium Mobile Power Source (AMMPS) Generators. This will be a modification to the existing Indefinite Delivery Indefinite Quantity (IDIQ) contract W909MY-18-D-0033, resulting in an increase to ceiling and an extension to the Period of Performance. An ongoing RFP is posted under W909MY-22-R-0015 for a new IDIQ contract, Full and Open. The AMMPS Generator Sets are
specialized, medium-sized Jet Propellant 8 (JP-8) fueled generators, used to supply electricity to military systems away from fixed electrical power sources. The generators are specialized pieces of equipment due to the environmental conditions they must operate in and the weapon systems they power. The AMMPS Generator Sets are utilized by the Army and other DoD Services in support of national security objectives and to enhance the operational capability of the Warfighter. These Generator Sets power and/or are incorporated into digital systems across the Army Portfolio to include Network/C3I, Air and Missile Defense, Long Range Precision Fires, Command Post and Combat Support/Combat Service Support Systems. The AMMPS consists of five (5) developed and fielded generator sets from 5 to 60-kilowatt (kW) in size and capable of operating in two (2) frequency ratings 50/60 and 400 Hz. The AMMPS system is inclusive of associated interface kits, switch boxes and trailers. There are 25 configurations of the AMMPS, including Microgrid capability, within the AMMPS family of generators. This is not a request for competitive proposals. However, this notice does function as a Request for information (RFI) for offerors who believe they can meet the Government's requirement. Any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice.Offerors shall be responsible for any costs associated with preparing responses to this notice. Offerors must detail their knowledge and experience with AMMPS or comparable AMMPS generators. Offerors that cannot provide sufficient detail on their knowledge and experience with comparable generators, demonstrate they will not require any First Article Testing (FAT), or require time to establish a full-rate production line will not be found capable. Offeror experience, personnel, existing facilities and other relevant capabilities should also be identified. The capability statement, proposal, or quotation shall be no more than 15 pages and be prepared in Microsoft Word, Times New Roman font, size 12.Responses should also include the information described below:1. A point of contact for the Offeror that will include: the contact's name, address, website (if available), phone number, and email address. In addition, please provide a Cage Code, Unique Entity ID (EUI), and DUNS Number.2. Statement as to whether the Offeror is considered a small or large business. If the Offeror is a small business, please indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies.3. Does the Offeror intend to be the Prime or a Subcontractor? If the Prime, continue to Question 4. 4. Is the Offeror currently providing similar services to another Government agency or other non-Government customer? If so, please identify the agency or non-Government customer. If unwilling to share the customer's identity, please address whether the Offeror offers the same or similar products commercially (outside the federal Government.) If the Offeror elects to identify past and current customers to which the Offeror provided similar services, include the customer company's name and point of contact, phone number and mailing/email address where they can be contacted, and a brief description of products/support provided. (Provide the requested information for up to five (5) projects the Offeror/team has performed within the past five (5) years.) 5. THE FOLLOWING QUESTIONS ONLY APPLY TO SMALL BUSINESS RESPONDENTS. Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the (15) page limit.a. If the Offeror is a small business and plan to be Prime please inform how the Offeror will meet the limitations on subcontracting Clause 52.219-14?b. If the Offeror is awarded the contract, will the Offeror be able to perform at least 50% of the work required in house?c. The Government understands that teaming is an intricate part of contracting. Please briefly describe the approach to be used in selecting team members for this requirement if the Offeror will not be performing this action 100% in house.d. Does the Offeror possess an approved Defense Contract Audit Agency (DCAA) accounting system?e. If the Offeror is a small business, can the Offeror sustain operations if Government payments are delayed by up to 90 calendar days?The information received in response to this notice is for informational purposes only. Respondents will not be notified of the results of the evaluation of the information provided. Intellectual property claims, if any, must be clearly marked. Responses are to be submitted via email to the Contract Specialist, Ariel Martin, at ariel.j.martin2.civ@army.mil by 11 July 2023, 5 P.M. EST. after issuance of this notice. The Government will consider all responses submitted on time. All requests for further information must be made via email; telephone requests for additional information may not be honored.

2461 EISENHOWER AVENUE HOFFMAN BLDG 1 ROOM 964  ALEXANDRIA , VA 22331-0700  USALocation

Place Of Performance : 2461 EISENHOWER AVENUE HOFFMAN BLDG 1 ROOM 964 ALEXANDRIA , VA 22331-0700 USA

Country : United StatesState : Virginia

You may also like

Classification

naicsCode 335312Motor and Generator Manufacturing
pscCode 6115Generators and Generator Sets, Electrical