Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOURCES SOUGHT

83 -- Extreme Cold Weather Arctic Shelter

Notice Date
4/26/2010
 
Notice Type
Sources Sought
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I3031
 
Response Due
5/25/2010
 
Archive Date
6/25/2010
 
Point of Contact
Elizabeth Booherelizabeth.booher@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
Extreme Cold Weather Arctic Shelter Contracting Office Address:Marine Corps Systems Command, 2201 Willis St., Quantico, VA 22134-6050.Combat Equipment and Support Systems The Marine Corps Systems Command is conducting market research to identify potential sources and best practice information regarding the availability/design of extreme cold weather soft shelters (tents) for use in support of Marine Corps Arctic Operations. Currently, the Marine Corps employs the 10-Man Arctic Tent, based on a 1949-1950 design, and fabricated per MIL-DTL-12354G. The new Arctic Shelter System shall be a free-standing, 4-season shelter, and shall be primarily used for base camps in extreme cold weather conditions. The Marine Corps' most desirable attributes for a new shelter are listed below:a)Shall be made of water-resistant and mildew-resistant materials that meet the flame spread ASTM-D6413-08, CPAI-84 or equivalent, and meet current visual and near-infrared (Night Vision Goggle) detection military standard;b)Floor space (from 275 square feet to 305 square feet) to accommodate 15 Marines lying down and the Space Heater Arctic (SHA) system (NSN: 4520-01-444-2375);c)When erected, shall have sufficient headroom for Marines to stand and don and doff clothing (height at apex between 74.5 inches and 78.0 inches);d)Shelter System weight between (51 pounds and 76 pounds);e)Operate in temperatures ranging from (-25F to 120F (Threshold), -40F to 120F (Objective));f)Provide interoperability with the SHA system;g)Withstand high winds and blowing winds to a minimum of (50 mph steady and 55 mph gusts, respectively), and provide protection from driving rain to a minimum of (20 mph/2 inches per hour) for a minimum of (15 minutes) and snow to a minimum of (4 pounds per square foot);h)Reversible exterior fabric (arctic white in color on one (1) side and woodland camouflage pattern in color on the opposite side);i)Removable, optional, water-resistant, full ground floor, with one (1) floor portal/hatch, with closure, to accommodate the SHA system (NSN: 4520-01-444-2375);j)Provide ventilation at a minimum of (4 feet) above the shelter floor to reduce the interior build-up of condensation while maintaining blackout capability;k)Contain an anchoring system and ground skirts/gutters to secure the shelter in both snow and alpine environments with high wind conditions;l)Provide windows for light and 2 hatches that can interconnect from tent-to-tent and enable Marines in full cold weather combat gear to enter/exit the shelter unencumbered;m)Require no special tools for erecting and striking; n)Supplied with a field expedient repair kit. For planning purposes, the Marine Corps may purchase an estimated minimum of 200 shelters to an estimated maximum of 2,400 shelters. However, exact quantity and funding availability are still to be determined. Vendors who believe they have a product capable of meeting these requirements are requested to provide 2 copies of the following: product literature, brochures, test data (if available), price lists, warranty coverage, capability, past-performance, and any other relevant information. The Berry Amendment will apply to any contractual instruments that may result based on the information provided in these responses. In addition to the information requested above, vendors are requested to provide information regarding business size to evaluate whether it would be appropriate to issue any future solicitations for an Arctic Shelter System as a total small business set-aside under the authority of FAR Part 19.502-2, Total Small Business Set-Asides, or as an Historically Underutilized Business Zone (HUBZone) small business set-aside under authority of FAR Part 19.1305, HUBZone Set-Aside Procedures. Should the Government decide to issue a future solicitation as a HUBZone set-aside pursuant to the information obtained under this notice, any HUBZone offer submitted in response to that solicitation shall be in compliance with FAR Part 52.219-3, Notice of Total HUBZone Set-Aside, and FAR Part 52.219-14, Limitations on Subcontracting. In order to assess whether small businesses can offer fair and reasonable prices if this requirement were to be set aside for small businesses, all capabilities statements submitted shall clearly state your estimated prices for these shelters. Interested parties shall also be able to meet the requirements of FAR Part 52.219-14, Limitations on Subcontracting. Therefore, capabilities statements shall also state whether the shelter is being wholly manufactured by the interested party submitting the response or whether the shelter is being manufactured by a different vendor or vendors. If the proposed shelter is being manufactured by other vendor(s), the response shall identify those vendor(s) and the percentage of the cost they are responsible for in regards to manufacturing the item. Interested sources should send all responses and capability statements via e-mail to elizabeth.booher@usmc.mil. Electronic submissions are preferred. Hard copy submissions may be sent to: Marine Corps Systems Command, 2201 Willis St., Quantico, VA 22134-6050 Attn: Elizabeth Booher, CT 023. Responses are due no later than 25 May 2010. Please direct all questions regarding this RFI to Elizabeth Booher at elizabeth.booher@usmc.mil. No telephone calls will be accepted. This is a request for information ONLY. Submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. Any and all information submitted will not be returned. No solicitation document exists at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I3031/listing.html)
 
Record
SN02131847-W 20100428/100426234534-5407e3721938944473f174fcead1877f (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.