Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2010 FBO #3025
SOLICITATION NOTICE

99 -- Containerized Expeditionary TRICON Systems

Notice Date
3/5/2010
 
Notice Type
Presolicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY11112222
 
Response Due
3/17/2010
 
Archive Date
5/16/2010
 
Point of Contact
Roberta Boswell, 508-233-4946
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(roberta.f.boswell@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Army RDECOM Contracting Center, Natick Contracting Division has a requirement to acquire Containerized Expeditionary TRICON Systems. The Government anticipates that this will result in a Five Year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. The Government anticipates that this acquisition will result in two (2) five year IDIQ type contracts per each ETS system. The minimum requirement will be divided among the most qualified offerors. The submission of individual proposals is required for each system proposed. Offerors may bid on one or all of the systems. There is a potential for joint services requirements in addition to the US Armys Force Provider requirement. The Army Acquisition Objective is currently 56 Modules. 52 modules have been built to date. The ETS concept consists of the following: an Expeditionary TRICON Latrine System (ELS), Expeditionary TRICON Shower System (ESS), Expeditionary TRICON Kitchen System (EKS), and Expeditionary TRICON Batch Laundry System (EBL); all of which are part of a continuing effort to provide improved combat field service equipment for the expeditionary War Fighter. The Product Manger, Force Sustainment Systems Combat Field Service Equipment Team (PM FSS CFSET) developed the concept of the TRICON-based support systems. This concept is based on the existing ISO (20-foot) containerized support systems currently in use by the joint services and managed by PM FSS. The new design, based on the expandable ISO TRICON (8 x 6.5 x 8) platform will provide more flexibility and capability for the expeditionary War Fighter in a smaller and more easily deployed unit, fully transportable by sea, air, or land. Prototype and limited production ETS assets have been designed, fabricated and successfully field-tested and deployed, and are available to view at the U.S. Army Soldier Systems Center. The systems sought via this contract effort shall be built-to-print based on existing technical data packages. All systems shall incorporate an integral water supply and waste water storage and be capable of discharging waste water up to 50-feet away at sufficient capacities to keep up with maximum discharge of each system; incorporate an onboard pump system of sufficient capacity for delivery of hot and cold water for all related operations and be environmentally controlled. Power for these systems shall be supplied from a military standard generator (60 kW, 208 Volt, 3 Phase 50/60 Hz). All system components shall be packed within the system for transport, including the equipment per the supplied systems packaging plan. Total packed weight of each individual system, with all components, shall not exceed 9500 lbs. The ELS shall support an expeditionary base camp size of 150 personnel by incorporating four (4) toilets, two (2) sinks and two (2) urinal troughs, divided into two (2) separate compartments and operate off of one 60A power input. The ESS shall provide a shower capability for an expeditionary base camp size of 150 personnel by incorporating four (4) shower stalls with user adjusted shower water spray temperature and four (4) personal hygiene sinks, divided into two (2) separate compartments, and operate off of one (1) 100A power input and one (1) 60A power input. Target temperature at each shower head is 105 deg. F. The EKS shall provide food serving and kitchen sanitation capability for an expeditionary base camp size of 150+ personnel by incorporating major components as follows: one (1) cook and hold oven, one (1) half-oven, one (1) steamer, one (1) tilting steam jacketed kettle, one (1) griddle, one (1) counter-style refrigerator, three (3) serving/preparation tables, and one (1) three well sanitation system. The hot water supply flow for general use shall be maintained between 110 F and 120 F. The sanitation well of the sink shall have a separate water heater to maintain the sanitation water temperature at 180 F. The EKS shall operate off of two (2)100A power inputs. The EBL shall provide laundry capability for an expeditionary base camp size of 150 personnel and, as such, shall incorporate one (1) 50-lb capacity washer and one (1) 75-lb capacity electric dryer. The EBL shall operate off one (1) 100A POWER INPUT and one (1) 60A power input. System fabrication, assembly and integration shall conform to best commercial practices and applicable standards from NFPA, NSF, ANSI, ASME, ASSE, and IAPMO. Materials and coatings shall be selected to provide effective resistance to wear, rust, decay, and deterioration. Construction shall be such that the equipment is capable of withstanding extremely hard usage encountered in Military Service. Examples of hard usage are as follows: Cross country transportation, material handling onto transport vehicles, storage in harsh environments (salt air, UV, temperature and weather), operation in extreme temperature and humidity, and high altitude. Some systems may be required to survive exposure to chemical contamination. The contract effort(s) shall include development of technical manuals and other data associated with the logistical support of each system. This acquisition is subject to the Berry Amendment (see Department of Defense FAR Supplement (DFARS) 252.225-7012). This acquisition will be a set aside for small business. The North American Industry Classification System (NAICS) code is 332439. The Standard Industrial Classification (SIC) Code is 3491 and the Small Business Size Standard is 500 employees. The successful offeror(s) shall build, test, and manufacture the ETS in accordance with the Government furnished production drawings and associated lists, and the statement of work. First production units shall undergo a contractor first article test (FAT). The FAT shall consist of non-destructive testing to include a complete operational demonstration. The Request for Proposal (RFP) and applicable technical documentation will be posted on Naticks Contracting Division website, https://www3.natick.army.mil on/about March 2010. No hardcopies will be mailed. Telephone calls will be not accepted. Questions may be sent to Roberta Boswell, Contract Specialist, via e-mail at roberta.f.boswell@us.army.mil. Firms will not be reimbursed for any cost associated with proposal preparation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a1c0fb31aac03cda7da04936cfa86ce)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02085025-W 20100307/100306000327-9a1c0fb31aac03cda7da04936cfa86ce (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.