Weapons Generation Facility (WGF-F) - Facility Generators

expired opportunity(Expired)
From: Federal Government(Federal)
W9128F23SM013

Basic Details

started - 31 Mar, 2023 (13 months ago)

Start Date

31 Mar, 2023 (13 months ago)
due - 14 Apr, 2023 (12 months ago)

Due Date

14 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
W9128F23SM013

Identifier

W9128F23SM013
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)USACE (38150)NWD (6939)W071 ENDIST OMAHA (1901)

Attachments (1)

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.

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR CUMMINS BRAND FACILITY GENERATORS – WEAPONS GENERATION FACILITY (WGF-F) ELLSWORTH AFB, SDINTRODUCTIONThe US Army Corps of Engineers, Omaha District is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Facility Generators in the construction of the Weapons Generation Facility – Site F (WGF-F) at Ellsworth Air Force Base, South Dakota.The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may include specifications regarding the facility generators or, if justified by market research, a brand name Justification and Approval. USACE intends to issue one design-bid-build construction contract. The solicitation is anticipated to be full and open competition. The magnitude of construction is
expected to range between $250,000,000 and $500,000,000.This sources sought is specific to facility generators required for this project.NOTE: The Air Force has an approved class J&A for Cummins Brand Name Facility Generators. A copy of that class J&A is attached. This is a supplementary market research effort conducted by the Army to support this specific project.DISCLAIMERTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.PROGRAM BACKGROUNDConstruct a 52,210 Square Feet Special Weapon Maintenance Shop or more commonly referred to as a Weapons Generation Facility (WGF) that is a consolidated, hardened facility within a protective zone, with consolidated storage, maintenance, inspection, and administrative functions using best practices from similar Department of the Navy and Department of Energy facilities currently in use. Project will construct a fire suppression system, all utilities, pavements, communication, site improvements, Security Forces Fire Team Facility (F2F), Entry Control Point (ECP)/Shelter and associated support facilities to provide a complete and useable facility. Overhead bridge cranes will be constructed for maintenance purposes in each maintenance bay. All construction will meet requirements for essential facility system nuclear design certification.REQUIRED CAPABILITIESThe Government requires facility generators for this project. The intent of this Sources Sought is to assess the state-of-the art of the technology available in facility generator products that could be applied to meet this requirement. The Government envisions a solution for facility generators that meets the following operational and program requirements: See attached Air Force Class Justification and Approval - GeneratorsNon-Developmental Item. The facility generator should be a non-developmental item to the maximum extent possible.Qualification. The facility generator must be qualified and demonstrate compliance to the Cummings brand Facility Generators, and all associated components, capable of supporting a 52,210 Square feet building located at Ellsworth Air Force Base, SD. Proof of qualification should be addressed in the response.Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products.SPECIAL REQUIREMENTSAny resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.ELIGIBILITYThe applicable NAICS code for the overall project is 236220 with a Small Business Size Standard of $45M The Product Service Code (PSC) is Y1JZ.The applicable NAICS code for this requirement is 335312 – Motor and Generator Manufacturing with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 6115 - Generators and Generator Sets, Electrical.SUBMISSION DETAILSInterested businesses should submit a brief capabilities statement package (no more than three to five pages (8.5 X 11 inch), font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Shawn Adkins in either Microsoft Word or Portable Document Format (PDF), via email Shawn.a.adkins@usace.army.mil no later than 12:00 p.m. Central Time on 14 April 2023 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Location

Place Of Performance : N/A

Country : United StatesState : South DakotaCity : Ellsworth AFB

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS