SOURCES SOUGHT
13 -- REF - Project DITCH
- Notice Date
- 3/5/2009
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-RFI-DITCH
- Response Due
- 4/3/2009
- Archive Date
- 6/2/2009
- Point of Contact
- Peter Buckless, 410-306-1887<br />
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; no award will be made as a result of this request. This request for information is for informational purposes only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. 1. SCOPE. Background: The mission of the U.S. Army Rapid Equipping Force (REF) is to rapidly increase mission capability while reducing risk to Soldiers and others by equipping operational commanders with off-the-shelf (government or commercial) solutions or near-term developmental items that can be researched, developed and acquired quickly. The REF receives requirements from operational commanders in war zones setting forth the capabilities needed. The REF is chartered by the Senior Army leadership to provide material solutions to meet these requirements in a significantly reduced timeline compared to traditional Department of Defense acquisition procedures. The purpose of this RFI is to obtain potential solutions to provide concepts and products to decrease the lethality of explosives in culverts. The REF believes that Counter-Insurgency Operations (COIN) in Iraq and Afghanistan will require the use of improved culvert material capable of mitigating blast effects of explosives emplaced in and around culvert areas. In order to accomplish this effort the REF will look at solutions submitted by companies providing economical and effective strategies. Experience and information obtained from this request for information will be provided to Army Product Manager REF who will evaluate the information and feasibility of issuing a procurement action to resolve the stated problem. 2. REQUIREMENTS. The REF is requesting information pertaining to technology or systems that can or has been developed for culvert design/materials focused on dissipation/absorption/redirection of blast energy and/or denying emplacement/access and warning. 2.1.The vendor must provide prototype blast demonstration and measurement/analysis of results 2.2.Developed material must render substantial amounts of explosives emplaced in culvert non-lethal to military vehicular traffic 2.3.Material or device must not limit water flow thru culvert 2.4.Cost must not exceed $1500.00 per culvert 2.5.Capable of withstanding temperature range of: -25.6 C to +49 C 2.6.Capable of withstanding humidity ranges from 0 to 100% humidity 2.8. Identify number of days for your proposed demonstration of systems that meets the above requirements. 3. DELIVERABLES Specific information on industry capability to produce a system that can meet the requirements identified in paragraph 2 above, or otherwise solve the problem of identifying and detecting objects being emplaced using low cost, low technology systems. This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the companys claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described above. The white paper should discuss the companys ability to develop materials/systems focused on redirection of blast energy within culverts in Iraq and Afghanistan and should provide a ROM (rough order of magnitude) price and its anticipated delivery for the solution proposed. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to the contracting officer at peter.buckless@us.army.mil. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review RFI submissions as they are received. The government reserves the right to close this RFI once they have received adequate response(s) to this RFI. Responses to this request are due by April 3, 2009 2:00pm EST to Peter Buckless (peter.buckless@us.army.mil).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ed218e898f56746fd3bdd6f0ca69857&tab=core&_cview=1)
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
- Zip Code: 21005-3013<br />
- Zip Code: 21005-3013<br />
- Record
- SN01762744-W 20090307/090305220547-7ed218e898f56746fd3bdd6f0ca69857 (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 |