SOURCES SOUGHT
42 -- Large Scale Decontamination Equipment
- Notice Date
- 5/29/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY07LSDE
- Response Due
- 6/29/2007
- Archive Date
- 8/28/2007
- Small Business Set-Aside
- N/A
- Description
- Joint Program for Transportable Decontamination Systems Sources Sought Large Scale Decontamination Equipment POINT OF CONTACT: Ms Stacey Shepherd, email: Stacey.shepherd@usmc.mil This Sources Sought is being conducted to identify potential sources that may possess the expertise, capabilities and experience to produce working prototypes and ultimately produce a large scale decontamination system which can meet the following requirem ents: - Mix and apply hot soapy water, DF 200, and high test hypochlorite (solution and dry) - Provide operators with the ability to decontaminate and see where decontaminant is being applied on surfaces and elevated structures at least 13 meters high - Provide capability to conduct terrain decontamination and be able to decontaminate a 5 meter wide path in a single pass - For terrain decontamination, apply decontaminants while on the move without manual application of decontaminants - For terrain decontamination missions, decontaminate an area greater than 3000 square meters without re-supply - Have a reliability of 0.93 - Be capable of emergency shutdown - If not fully integrated with a mobility platform, the system will fit within and be capable of tie-down on a DOD fielded vehicle platform, such as a Heavy Expanded Mobility Tactical Truck (HEMTT) Palletized Loading System (PLS) cargo rack, Family of Medi um Tactical Vehicles (FMTV), Medium Tactical Vehicle Replacement (MTVR) - From operational transport configuration, be capable of being set up by two personnel and fully operational in no more than 1 hour - Have semi-autonomous control with manual over-ride - Self-draw fluids (water, other) from an external source and mix decontaminants in less than 30 minutes - Be transportable by C-130, C-17, and C-5 aircraft - Modular components must be capable of being moved by standard military and industrial forklift and/or FMTV wrecker This is a Sources Sought announcement. This is not a solicitation announcement for offers. The Government reserves the right not to issue a solicitation based upon its needs and the results obtained from this Sources Sought. No reimbursement will be ma de for any costs associated with providing information in response to this announcement or any follow-up information requests. The current requirement is for production of 5 test prototypes to be delivered within a year after contract award to support developmental and operational testing. The overall projected requirement for production systems to be 618 systems to be procured F Y10 through FY15. If after reviewing this information, you desire to participate by responding to this sources sought, you should provide documentation that supports your companys ability to deliver a large scale decontamination system that meets these r equirements. System descriptions should have enough information for the government to make informed decisions regarding the concepts applicability. Your response must address a reasonable and achievable development schedule and companys production capac ity. If you lack sufficient experience/capabilities in a particular area, please provide details how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (e.g., teaming, subcontractors). Both large an d small businesses are encouraged to participate in this sources sought. Joint ventures or teaming arrangements are permissible. NAICS Codes for Small Business Purposes include but are not limited to, 541330, Engineering Services, 541710, R&D in the Phys ical, Engineering & Life Sciences, 541990, All other professional, scientific & Technical Services, 336120, Heavy Duty Truck Manufacturing and 336212, Truck/Trailer Manufacturing. Please provide the following business information for your company, institution, or for any teaming or joint venture partners: Company Name, Address, Point of Contact, CAGE Code, Phone Number, E-mail Address, Web Page URL, size of business pursuant to North American Industry Classification Systems (NAICS) Code. Based on the above code, state whether your company is: Small business (Yes/No), Woman Owned Small Business (Yes/No), Small Disadvantaged Business (Yes/No), 8(a) certified (Yes/No), HUBZone Certified (Yes/No), Veteran Owned Small Business (Yes/No) Service Disabled Small Business (Yes/No) Central Contractor Registration (Yes/No). A statement as to whether your company is domestically or foreign owned (if fore ign, please indicate the country of ownership) general capabilities and concepts should be submitted in an electronic format that is compatible with Microsoft Windows and Office 2003, and/or Adobe Acrobat 7 to Ms Stacey Shepherd email Stacey.Shepherd@usmc .mil, 50 Tech Parkway, Suite 301, Stafford VA 22556. Questions should be submitted to Ms Stacey Shepherd, and Contracting Office POC: Chief, USARDECOM/NATICK Contr. Div., ATTN: AMSRD-ACC-N (Tom Bouchard), Kansas St, Natick, MA 01760-5011, Thomas.Bouchard@ us.army.mil. Information submitted shall be marked with restrictive legends as deemed appropriate by the responder. Data with restrictive markings will be handled in accordance with the restrictions thereto.
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Record
- SN01304750-W 20070531/070529220719 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |