SOURCES SOUGHT
46 -- Water Management at Small Forward Operating Bases (FOB)
- Notice Date
- 4/6/2010
- Notice Type
- Sources Sought
- 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
- W911QYZZZZAAAA
- Response Due
- 4/27/2010
- Archive Date
- 6/26/2010
- Point of Contact
- Dean T. Klopotoski, 508-233-5637
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(dean.klopotoski@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S Army Soldier Systems Center, Product Manager Force Sustainment Systems (PM FSS), Natick, MA, is conducting a market survey for technical information on commercially available systems to improve water management efficiency at small Forward Operating Bases (FOBs). Potable water and wastewater account for a substantial percentage of the logistics support convoys in current theatres of operations, therefore reducing water demand, treating wastewater and reclaiming potable water will reduce the number of convoys necessary to bring in potable water and remove wastewater. Water logistics plays an increasing role at the tactical edge, where small FOBs are regularly distributed throughout remote regions of Afghanistan to enable US and coalition forces to execute counter-insurgency operations. This survey is targeting the availability of water management technology that will improve the water efficiency at platoon (50 personnel) and company (150 personnel) sized FOBs. General requirements for small FOB water management solutions are: "Product solutions must be immediately available and ready to be deployed to overseas FOBs "Product solutions should either generate water from local sources at or adjacent to small FOBs, reduce water demand, treat waste water for reuse in troop support operations or treat waste water for safe discharge in accordance with TB MED 577 at the small FOB "Potable water consumed for troop support (showers, kitchens, laundries and latrines) is approximately 1,600 gallons per day (gpd) for Platoon sized (50 personnel) FOBs and 5,000 gpd for Company sized (150 personnel) FOBs "Gray water generated is approximately 1,500 gpd for Platoon sized (50 personnel) FOBs and 4,500 gpd for Company sized (150 personnel) FOBs "Black water generated is approximately 200 gpd for Platoon sized (50 personnel) FOBs and 750 gpd for Company sized (150 personnel) FOBs "In addition to the potable water consumed for troop support, personnel at small FOBs typically consume about 8 liters of bottled water per day per person "Product solutions should minimize power requirements, be capable of operating from military generator power, JP-8 fuel and could be augmented by power from renewable sources "Must be compatible with US military air, sea and ground transportation capabilities; as well as materiel handling capabilities at small FOBs which are limited by 10,000 lb fork lifts To support this market survey, PM FSS requests that interested parties provide product literature, illustrations, and/or technical data that describe the following areas about their product: 1) Throughput capacity (gallons per day) 2) Regulatory compliance status (potable water quality and/or discharge) 3) Estimated lead time for delivery 4) Size and weight dimensions of the system in both transport and operation modes 5) Technical data on methods of removing dissolved solids, toxins, micro and macro bacteria, viruses, cysts, etc. 6) Estimated man-hours and skills required for set up and break down 7) Fuel or energy consumption rates and/or electrical power demand 8) Types and quantity of by-products and effluents that require separate treatment or disposal 9) System process map 10) Current locations and applications where system is in service 11) Material handling equipment requirements 12) System limitations (prohibited waste types or sizes) 13) Waste pre-processing requirements 14) Out flow process (batch or continuous) 15) Any on-board controls, sensors or tests to monitor out flow 16) Estimated man-hours and skills required to support daily operations and maintenance 17) Shipping configuration (e.g. pallets, skids, ISO containers) 18) Unit price, assuming an order of 50 systems of a particular size/scale 19) Estimated per unit delivery price to CONUS locations on the East coast 20) Any additional readily available capabilities such as low energy pumps, photovoltaic, etc. 21) Total unobstructed ground space required for the safe set up and operation of the product solution within a FOB 22) Types, quantities and costs of consumables required to support operation (e.g., filters, chemicals, etc.) Proprietary information will not be disclosed outside the U.S. Government. All interested firms, regardless of size are encouraged to respond to this request for information. It should be noted that this is a market survey and not a pre-solicitation notice. A pre solicitation notice will be published if a formal solicitation is generated. No awards will result from this market survey. Nothing shall be construed herein or through the market survey process to commit or obligate the Government to further action as a result of this market survey. Firms responding to this market survey shall bear all risk and expense of any resources used to provide the requested information, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents must submit their product brochures, technical data, or other information concerning performance and cost within 21 days of this publication. Responses may be sent via email to Richard.manzano@us.army.mil or by regular mail to US Army RDECOM, Natick Soldier RD&E Center, ATTN: RDNS-WPA-D (Richard Manzano), Kansas Street, Natick, MA, 01760-5017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1c8e9ba5ad85c7b4f4bd24768c3695e4)
- 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
- SN02113839-W 20100408/100406235022-1c8e9ba5ad85c7b4f4bd24768c3695e4 (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 |