Tesla Power Kit Ground Power Units Parts and Accesories
SOURCES SOUGHT SYNOPSIS 2-12 FA 4th ID Tesla Power Kit Ground Power Units Parts THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Tesla Power Kit Grou... SOURCES SOUGHT SYNOPSIS 2-12 FA 4th ID Tesla Power Kit Ground Power Units Parts THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Tesla Power Kit Ground Power Units Parts on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed firm fixed priced sole source contract to Tesla Industries, Inc., 109 CenterPoint Blvd, New Castle, DE 19720 is for the following parts: Quantity Tesla Part # Description 18 TI2007-012 DC to NATO Receptacle Cable Assy. 18 TI25000-089 AC Extension Cable, 328ft (100m) 18 TI28000-654 AC Extension Cable Reel (Tan) 18 TI2000-440 AC Distribution Box Assy. (Tan) 18 TI2007-088 M777 Pigtail Cable 18 TI2007-079 DC to Dual NATO Receptacle, 23ft., "Y" Assembly 1 TI3000GPU-24 28.5 Volt DC, 50 Amps Continuous Power, 3000 Peak Starting Amps The parts will be used to support M777 Tesla Power Kit Ground Power Units, which act as mobile providers for the M777 howitzer in remote locations in Theater. When in Theater, the Tesla Power Kits act as the power source for the M777s in place of the Prime Mover trucks when they are not deployed. The customer has 17 organic Tesla Ground Power Units, the accompanying parts and accessories for the units are Theater Provided Equipment (TPE) and will not be redeploying back with the Unit. In order to ensure that each M777atre capable of FOB operations for future deployments, and to ensure adequate training is provided on the Tesla Units. The Unit needs to add (1) one Tesla Power Unit to go from 17 to 18 and their respective parts and accessories for all 18 of them. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code is 335312, Motor and Generator Manufacturing and the size standard is 1,250 EMP. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications to acquiring the identified items 8. Are there any other parts other than parts manufactured by Tesla that will work for the purpose specified? If so, what are they? 9. Submit all information and questions via e-mail to herbert.e.hernandez.mil@mail.mil NLT 26 February 2018, 2:00PM Mountain Time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »