SOURCES SOUGHT
99 -- two areas of interest:add-on components that improve the energy efficiency of existing shelters and shelter systems; and energy efficient structures and/or shelters to replace existing systems.
- 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
- W911QYZZZZZZZZ
- Response Due
- 4/30/2010
- Archive Date
- 6/29/2010
- 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
- INTRODUCTION: This announcement constitutes an RFI notice for planning purposes. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. This RFI does not constitute a commitment, implied or otherwise, that the Product Manager Force Sustainment Systems (PM FSS) will take procurement action in this matter. Neither PM FSS nor the Government will be responsible for any cost incurred in furnishing this information. PM FSS is interested in understanding the currently available technologies that could enhance the logistics sustainability of remote operating bases engaged in combat operations. This RFI focuses on technologies and equipment that address two areas of interest: 1) add-on components that improve the energy efficiency of existing shelters and shelter systems; and 2) energy efficient structures and/or shelters to replace existing systems. Technologies of interest are those that would most effectively reduce the energy demand of a base camp supporting 150 personnel and a base camp supporting 50 personnel. Information is requested in the form of brief product descriptions. BACKGROUND: The remote locations of base camps create significant challenges for logistics support of combat operations. These base camps are currently heavily dependent on large, long-distance truck convoys whose cargo is dominated by bottled water and bulk fuel. Convoy routes through unsecured areas are frequently hazardous, and transport is always expensive. PM FSS is in the process of initiating dramatic steps toward rapidly improving the logistics support required to establish and operate base camps. The information received in response to this RFI may be used to help identify technical solutions suitable for rapidly enhancing energy-related base camp operations. Information received may ultimately result in requests for equipment manufacturers to demonstrate their technologies at no cost or risk to the Government, possibly as early as June 2010. INFORMATION OF INTEREST: Add-on components that improve the energy efficiency of existing shelters and shelter systems: The need to rapidly establish base camps has resulted in the use of shelter systems that are designed and constructed on an expedient basis, using unit organic and service provided equipment and systems. The shelter commonly being used is the TEMPER (Airbeam supported), Type XXXI (32 ft) tent, as well as TEMPER (Airbeam) Types XXXIV, XXXVII, and XXXVIII to lesser extents. The heating/cooling equipment commonly being used are militarized environmental control units and heaters. These expeditionary shelter systems provide support necessary to receive, bed-down, and support operations of deployed forces. This standard is tied to a minimum military requirement to support a mission, but results in the extended use of expeditionary shelter systems that are less than optimal from an energy perspective. This places a considerable burden on fuel usage for heating and cooling equipment operate to cool or heat interior spaces and for ancillary powered equipment. One approach has been to spray tents with insulating foam. While this solution dramatically improves the tent's insulation, it also prevents the tent from ever being disassembled and redeployed. Alternative approaches for improving the current unit organic and service provided shelter systems are sought. Mature technologies and products that can provide the following capabilities are of interest: 1. Reusable insulation solutions for the current shelters 2. Renewable power solutions 3. Energy efficient heating and/or cooling solutions 4. Energy efficient lighting solutions 5. Shading solutions 6. Generators capable of operating from a variety of thermal sources including combustion of logistic fuels, combustion of locally produced bio-fuels, incineration of trash or concentrated solar radiation Energy efficient structures and/or shelters to replace existing systems: The need to rapidly establish base camps has resulted in the use of shelter systems that are designed and constructed on an expedient basis, using unit organic and service provided equipment and systems. These expeditionary shelter systems provide support necessary to receive, bed-down, and support operations of deployed forces. This standard is tied to a minimum military requirement to support a mission, but results in the extended use of expeditionary shelter systems that are less than optimal from an energy perspective. Alternative shelter system solutions with improved energy efficiency are sought to replace the current unit organic and service provided shelter systems. Mature technologies and products that can provide the following capabilities are of interest: 1. Lightweight mobile thermally insulated structures (with or without included alternative power generation systems, energy efficient heating and/or cooling systems, energy efficient lighting) a) Structures with standard NEC electrical outlets and able to run an electrical chase for lighting and HVAC b) Structures able to accept commercial power or from a standard military generator set These systems must be able to withstand the durability and structural load demands of military shelters to include extreme environmental conditions and rough handling. CONTENT AND FORMAT OF PRODUCT DESCRIPTIONS: The electronic copy of responses is to be in Microsoft Word 2003, Microsoft Word 2007 or Adobe Acrobat 9 compatible format using a size 12 font with one inch margins. Following a review of the responses received, PM FSS may elect to request additional information, or schedule one-on-one meetings with some respondents to gain additional information about their proposed solution(s). A submission should include: 1. A cover letter (optional) 2. A cover page labeled with the heading Expeditionary Shelter System Product Description, including the product name, the manufacturer, manufacturers address, technical point of contact, telephone number and e-mail address, and at least one photograph of the item. 3. No more than three pages including: a) Product technical description b) Narrative describing how the product could enhance the energy self-sufficiency of a small base camp c) Product specifications with particular emphasis on quantitative metrics of energy consumption or savings over alternative solutions. Other specifications would include parameters such as dimensions, weight, capacities, input requirements, salient output capabilities, or other quantitative characteristics as appropriate. d) Identify all tools and equipment required to set up and take down/pack e) Transportation requirements and limitations f) Manpower required setting up and taking down/pack g) Relevant history of product (or similar product) utilization h) Catalog price or rough estimate of unit cost i) Earliest availability for a product demonstration at no cost or risk to the Government SUBMISSION DATE AND ADDRESS: Electronic responses to this notice are requested to be emailed to dean.klopotoski@us.army.mil no later than Friday, April 30, 2010, 5pm EST. The subject line of the e-mail should contain the words Expeditionary Shelter System Product Description. Large files may be submitted on CD to the following address: US Army Soldier Systems Center ATTN: SFAE-CSS-FP-F (MAJ(P) Dean T. Klopotoski) Kansas St. Natick, MA 01760 NOTE: This RFI is issued for the purpose of determining market capability of sources and does not constitute an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses may not include classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time for publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a480131717f2d6d8d4984c37eb517ea2)
- 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
- Zip Code: 01760-5011
- Record
- SN02114584-W 20100408/100406235731-a480131717f2d6d8d4984c37eb517ea2 (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 |