Prime Power Distribution Systems (PPDS) Request for Proposal (RFP)
ID: W909MY24R0005_RFPType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT WASH OFCALEXANDRIA, VA, 22331-0700, USA

NAICS

Electric Bulk Power Transmission and Control (221121)

PSC

TRANSFORMERS: DISTRIBUTION AND POWER STATION (6120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for the Prime Power Distribution Systems (PPDS) through a Request for Proposal (RFP) aimed at modernizing electric power distribution infrastructure across military operations. This procurement involves a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract that spans ten years, including a five-year base period and an optional five-year extension, with a total contract ceiling estimated at $90 million. The PPDS will consist of key components such as the Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformers, which are critical for ensuring reliable power distribution in various operational environments. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Tony D. Adams at tony.d.adams10.civ@army.mil or Danny Lester at danny.w.lester.civ@army.mil.

    Files
    Title
    Posted
    The Prime Power Distribution Systems (PPDS) Statement of Work outlines the modernization of the Department of Defense's medium voltage power distribution. The PPDS consists of four main components: the Improved Primary Switching Center (iPSC), Improved Secondary Distribution Centers (iSDC), and the Tactical Prime Power Transformer (TPPT). This initiative aims to enhance operational capabilities for brigade-level electrical power provision, supporting various military operations and disaster relief efforts. The document details the requirements for contractors, including the development, testing, and delivery of PPDS end items, alongside comprehensive technical data packages. The contract spans a total of ten years, split between a first article build/test phase and subsequent production periods. Key elements include program management, quality assurance, configuration management, and item unique identification protocols. Contractors must apply Earned Value Management systems and maintain compliance with various military specs and standards. Additionally, it mandates active collaborations between contractors and government entities throughout the project lifecycle, emphasizing efficient logistics and supportability to meet military readiness needs while fostering standardization and reducing costs.
    The document outlines the Purchase Description (PD) for the Deployable Power Generation & Distribution System (DPGDS) Prime Power Distribution Systems (PPDS). It specifies requirements for transforming and distributing medium voltage power from DPGDS generators to user loads, detailing components such as the Improved Primary Switching Center and Tactical Prime Power Transformer. Key aspects include ensuring reliability with a minimum mean time between essential function failures, adherence to military and federal specifications, and the capability for operation in various environmental conditions, including extreme temperatures and contamination scenarios. The document emphasizes safety features, maintainability, and transportability, stating that the PPDS must withstand harsh handling during land, sea, or air transport. It mandates regular maintenance inspections and outlines testing and inspection protocols, ensuring compliance and operational readiness. Overall, the document aims to facilitate the procurement of reliable power distribution systems for military operations, highlighting performance, safety, and durability standards necessary for effective deployment.
    The document outlines the Time Phased Results and cost estimates for the Integrated Common Framework for Infrastructure Development Support (ICIDS) project, specifically for the years 2023 to 2027. It includes a detailed Work Breakdown Structure (WBS) and discusses the quantity profiles for various components, including the Improved Secondary Distribution Center, Tactical Prime Power Transformer, and related training courses and spare parts. The pricing model is established, with fixed prices required in designated highlight cells for vendor input. The contract includes a Base Period of three production years with an optional five-year extension, emphasizing that item quantities are estimated and may change upon award. Various Contract Data Requirements Lists (CDRLs) are introduced, detailing documentation necessary for compliance throughout the project's duration. The document serves as a guide for vendors to formulate competitive proposals aligned with government requirements, ensuring transparency and structured execution of project obligations.
    The document pertains to the Integrated Commercial Intrusion Detection System RFP (Request for Proposal) identified as W909MY-22-R-0007. It includes a draft section that outlines specific questions or recommendations related to the RFP and notes where updates are required, particularly concerning vendor removal prior to posting. The questions aim to clarify requirements and enhance the proposal's quality. The structure features itemized entries detailing page or section numbers, descriptions, questions, government responses, and references to specific documents. This RFP focuses on acquiring a robust intrusion detection system to bolster security measures, underscoring the government's initiative to ensure effective oversight and protection of assets. Such RFPs are fundamental in the federal procurement process, allowing government entities to solicit competitive bids while ensuring transparency and adherence to regulatory standards.
    The US Army Contracting Command is soliciting past performance assessments from references for potential Offerors bidding on solicitation number W909MY-24-R-0005. This request specifically targets entities with experience in contracts related to Electric Power Transmission Systems, as classified under NAICS 221121. Key points include the importance of providing accurate evaluations of Offerors' previous contracts, particularly those of similar size, scope, and complexity across various levels of government and commercial sectors. Evaluators are encouraged to return the completed assessment questionnaire via email to designated Contracting Officers within 15 days upon receipt or by the solicitation's closing date of August 30, 2024, whichever comes first. The document reflects the structured approach of federal procurement processes, emphasizing the significance of previous performance in ultimately selecting qualified bidders. The overall tone indicates cooperation and promptness in communication is essential for the evaluation process.
    The Integrated Commercial Intrusion Detection System Draft RFP (W909MY-22-R-0007) includes a discussion on the financial arrangements for small businesses participating in the contract. A specific inquiry challenged the non-allowance of progress payments, arguing that the contract's structure and requirements closely resemble a standard FAR contract rather than a commercial one. The response clarified that, due to the firm fixed-price nature of the acquisition and its classification as a commercial type contract, progress payments are not justified. The government emphasized adherence to federal regulations (FAR 32.502-4(a), FAR 32.100, and FAR 32.102) which dictate that such financing does not apply to commercial acquisitions. This case presents the broader issue of financial challenges faced by small businesses in federal procurements, especially regarding upfront costs incurred during the development and testing phases of contracts.
    The document is a Past Performance Assessment Questionnaire issued by the US Army Contracting Command Aberdeen Proving Ground Belvoir Division in preparation for evaluating Offerors for Solicitation Number W909MY-24-R-0005. It requests information about Offerors' past performance on relevant contracts, particularly those involving Electric Power Transmission Systems, aligning with NAICS 221121. The designated contacts are asked to provide their assessments within 15 days or by 23 September 2024, whichever comes first. The Procuring Contracting Officer, Danny W. Lester, emphasizes the importance of this feedback for the evaluation process and provides contact information for any inquiries. Completing and returning the questionnaire is crucial for the Offerors, reflecting the document’s role in maintaining due diligence in government contracting evaluations.
    The Prime Power Distribution Systems (PPDS) Request for Proposal (RFP) W909MY-24-R-0005 outlines the requirements for contractors to submit proposals for a firm fixed price competitive procurement. Key clarifications were made regarding documentation, pricing, past performance requirements, and submission formats. Notably, Section L was updated to specify that pricing must be provided in a designated Price Model rather than in Section B of the solicitation. The document emphasizes the importance of including the entire solicitation with highlighted responses, requiring proposals to be organized and indexed properly. The proposal must detail past performance and include up to 25 pages, accounting for additional pages for major subcontractors. Clarifications were also provided for loaded labor rate requirements, shipping instructions, and the exclusion of progress payments in commercial contracts. The document emphasizes the necessity for major subcontractors' consent for past performance disclosures and the submission of written commitments. This RFP underscores the government's meticulous approach to ensuring clarity and compliance in procurement processes for the PPDS.
    This government RFP seeks proposals for a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at procuring Prime Power Distribution Systems (PPDS). The PPDS will modernize electric power distribution infrastructure within U.S. Army installations. The contract will involve developing and supplying four main components: Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformer. The solicitation outlines a contract structure spanning 10 years, inclusive of a 5-year base period and an optional 5-year period dependent on funding availability. Proposals will be evaluated primarily on three criteria: Technical merit, Price, and Past Performance, with technical qualifications significantly outweighing price considerations. Each offeror must demonstrate their understanding of program needs, feasible approaches to meet performance requirements, and effective project management strategies. The document emphasizes compliance with the outlined Statement of Work and specifications, requiring prospective contractors to submit detailed proposals addressing technical parameters, integrated support, and management plans. The estimated maximum contract value is $90 million, with a substantial emphasis on small business participation. Questions from offerors are expected by a specified deadline, with clear communication channels to contracting personnel.
    The document outlines the procedures and requirements for federal and state RFPs and grants aimed at improving governmental project acquisition. It emphasizes the critical need for public agencies to prioritize transparency and competition in project solicitations to foster a fair bidding environment. Key points include the eligibility criteria for applicants, the process for submission, evaluation criteria for proposal selection, and adherence to federal regulations. Additionally, it stresses the importance of community engagement and responsible fiscal management, urging applicants to demonstrate their ability to deliver sustainable solutions effectively. The overview illustrates the government’s commitment to enhancing project outcomes through structured funding mechanisms and resource allocation, while ensuring accountability and responsiveness in public service delivery. Overall, this document serves as a foundational guide for entities seeking financial support, outlining the necessary steps to navigate the complexities of government funding opportunities.
    This document is a Request for Proposal (RFP) from the Army for the acquisition of Prime Power Distribution Systems (PPDS). The objective is to modernize and replace existing power distribution equipment across military operations with a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract spanning up to ten years, which includes a five-year base period and an optional five-year ordering period. Key components to be developed and delivered include the Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformers. The proposal outlines a delivery timeline that involves a 24-month build and testing phase, followed by a three-year production period. Funding will be allocated per individual delivery orders, with a maximum contract ceiling estimated at $90 million. The RFP emphasizes the evaluation of proposals based solely on the submitted information in accordance with established standards. It also specifies quality assurance requirements, intellectual property rights, and data rights pertaining to the deliverables. Overall, this solicitation serves to streamline and enhance electrical power distribution capabilities for military applications, reflecting the government's commitment to ensuring operational readiness and efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    61--POWER DISTRIBUTION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of power distribution equipment under the title "61--POWER DISTRIBUTION." This contract involves the manufacture and supply of transformers and related components, adhering to strict quality assurance and inspection requirements, with an emphasis on compliance with military standards. The goods procured are critical for ensuring reliable power distribution in defense operations, highlighting their importance in maintaining operational readiness. Interested vendors must submit their proposals by September 30, 2024, and can direct inquiries to Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of power supply units under a federal contract. The procurement aims to fulfill specific requirements for electrical converters, classified under the PSC code 6130, and is critical for supporting military operations and ensuring the reliability of electrical systems. Interested vendors must demonstrate their capabilities through past performance evaluations and are required to comply with quality assurance standards, with the solicitation extended until March 1, 2024. For further inquiries, potential offerors can contact Stephanie R. Perez at 717-605-1306 or via email at STEPHANIE.R.PEREZ1@NAVY.MIL.
    Electric Power Resiliency - Bldg. 56 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 56, Defense Distribution Center (DDJC). The contractor will be responsible for providing all labor, materials, tools, and equipment necessary to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 2, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) and direct any inquiries to Paul Holbert at paul.holbert@dla.mil or Joshua Woodworth at joshua.woodworth@dla.mil.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power supply units under a fixed-price contract. This procurement requires compliance with specific military standards for packaging and inspection, and the awarded contractor must be an authorized source for the items being supplied. The power supplies are critical components for various defense applications, ensuring reliability and performance in military operations. Interested vendors should submit their quotes, including pricing and delivery timelines, to Stephanie R. Perez at stephanie.r.perez1@navy.mil, with a minimum quote expiration of 90 days.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a POWER SUPPLY under a fixed-price contract. The procurement requires compliance with specific quality assurance standards, including MIL-STD packaging and government source inspection, and emphasizes the necessity for authorized distributors to provide proof of their status as such. This contract is critical for ensuring the reliability and functionality of electrical converters used in defense applications. Interested vendors should submit their quotes electronically to Howard Langenstein at HOWARD.F.LANGENSTEIN.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and detailed pricing and delivery information included. The solicitation is open for responses, and the contract will be awarded bilaterally upon acceptance by the selected contractor.
    POWER SUPPLY ASSEMB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Power Supply Assemblies. The procurement aims to secure 30 units of these assemblies, which are critical components in various defense applications, ensuring reliable electrical power supply. The solicitation has been extended to September 27, 2024, and emphasizes the need for government source inspection and compliance with specific quality assurance standards. Interested vendors should contact Jamie Kershaw at 717-605-3233 or via email at jamie.kershaw@navy.mil for further details and to confirm their status as authorized distributors of the required items.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The contractor will be responsible for providing all necessary labor, supervision, materials, tools, and equipment to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 5, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are encouraged to direct any inquiries to Paul Holbert at paul.holbert@dla.mil.
    61--POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130015189683. The requirement includes a total of seven units, with delivery expected within 277 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. These power supplies are critical for various applications within military operations, and the selected vendor will be responsible for shipping to multiple DLA depots both within the continental United States and overseas. Interested parties should submit their quotes electronically and may direct any inquiries to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    POWER SUPPLY SUBASS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Power Supply Subassemblies. This contract requires the manufacture and supply of electrical converters, which are critical components for various defense applications, adhering to strict quality and inspection standards. The solicitation is open until August 20, 2024, with an emphasis on accelerated delivery options, and interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL. All submissions must include detailed pricing, lead times, and proof of authorization as an approved distributor of the required items.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of power supply units under a federal contract. The contract requires the manufacture and supply of electrical converters, adhering to strict quality assurance and inspection standards, with a focus on compliance with MIL-STD packaging and Government Source Inspection. These power supplies are critical for various defense applications, emphasizing the importance of reliability and adherence to specifications. Interested vendors must submit their quotes electronically to Russell W. Kreider at RUSSELL.W.KREIDER.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days, and are encouraged to respond promptly as accelerated delivery is accepted. The solicitation is set aside for small businesses, and the potential for an option quantity increase of up to 100% within 365 days of contract award is included.