Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SPECIAL NOTICE

81 -- 400 Gallon Fuel Tanks and secondary containment liners

Notice Date
3/21/2011
 
Notice Type
Special Notice
 
NAICS
326199 — All Other Plastics Product 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
W91A2K10631501
 
Archive Date
6/19/2011
 
Point of Contact
Steven Streeter, 508-233-6180
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(steve.streeter@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction: Pursuant to FAR Subpart 13.106-1(b)(1), the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Warfighter Protection and Aerial Delivery Directorate (WARPAD), intends to award a firm fixed price purchase order on a sole source basis to: Portable Tank Group, Inc., Vero Beach, FL 32967. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENT IS AVAILABLE. 1. Nature and description of the supplies or services required to meet the agency's needs: The contractor shall provide collapsible, flexible, water storage containers with the following requirements: The filled container shall be approximately 6.5 feet long, 4 feet wide and 2.5 feet high. The container shall hold 400 - 420 gallons of liquid. The container shall be able to operate in temperatures as low as -35 deg C. Tear strength shall be greater than 75lbs when tested in accordance with (IAW) American Society for Testing and Materials (ASTM) D751 Procedure B. Breaking strength (strip tensile) shall be at least 400 x 400 lbs/inch when tested IAW ASTM D751 Procedure B. Container abrasion resistance shall be no greater than 200 mg per 1000 cycles when tested IAW ASTM D3389 (Taber H-22 Wheel 1 kg load). The container shall be capable of storing water for at least 1 year without manufacturer defect. Two valves shall be located near the 4 foot side of the container and, when the container is full, be positioned on the top skin of the container. The valves shall be attached to an elbow pipe such that the portion of the pipe that is attached to the valve is roughly parallel with the top of the filled container. The valves shall be oriented away from the geometric center of the container but towards the centerline drawn through the long axis of the container. The valves shall consist of a 2 inch cam-lock with a ball valve. There shall be a vent pipe (not valve type) with twist on/off cap centered at the top of the container. The contractor shall provide collapsible, flexible, fuel storage containers with the following requirements: The full container shall be about 6.5 feet long, 4 feet wide and 2.5 feet high. The container shall hold approximately 425 gallons of liquid. Permeability rate of the container containing Jet Propellant (JP)-8 shall be no greater than 0.12 fl. ounce/ft2/day when tested IAW MIL-T 52983F Paragraph 4.5.2.129 JP 8. The outer layer of the container shall be ozone and sunlight resistant and be suitable for use in hot, humid, wet or dry conditions. The container shall be able to operate in temperature conditions ranging from -45 deg C to 100 deg C. tear strength shall be at least 40 lbs when tested IAW ASTM D751 Procedure B. Breaking strength (strip tensile) shall be at least 700 x 600 lbs/inch when tested IAW ASTM D751 Procedure B. Puncture resistance of the container shall be at least 1200 lbs when tested IAW ASTM D751. Container hydrostatic resistance shall be 600 lbs/square inch when tested IAW ASTM 751. The container shall be capable of storing fuel for at least 3 years without manufacturer defect. Two valves shall be located near the 4 foot side of the container and, when the container is full, be positioned near the top skin of the container. The valves shall be attached to an elbow pipe such that the portion of the pipe that is attached to the valve is roughly parallel with the top of the filled container. The valves shall be oriented away from the geometric center of the container but towards the centerline drawn through the long axis of the container. The valves shall consist of a 2 inch cam-lock with a ball valve. There shall be a vent pipe (not valve type) with twist on/off cap centered at the top of the container. 2. A demonstration that the proposed contractor is the only source available to provide these services or goods (i.e. unique qualifications, proprietary rights, etc.): As a result of the market research conducted from summer 2010 to present, only one responsible source and no other supplies or services will satisfy agency requirements for the fuel and water collapsible bags. Other sources contacted were not willing to manufacture containers to the Army's specifications. The sole source requested is the only entity willing to manufacture according to the Army requirement. 3. A description of the market research that was conducted and the results, or a statement of the reason a market research was not conducted: Beginning in summer 2010 through present: Internet searches were conducted beginning in summer 2010 through present in an attempt to discover sources capable of producing the required equipment in the desired timeframe. Multiple sources were contacted for the potential production. The sources were contacted via telephone and/or email. We ascertained the willingness of the potential source to alter their current commercial off-the-shelf (COTS) item to meet the field's specific requirements. Some potential sources were non-responsive while others were not willing to modify their COTS item. 4. Any other facts supporting the use of other than full and open competition: None 5. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: No action required. 6. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: steve.streeter@us.army.mil no later than 5:00 PM (EST) on March 26, 2011. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SU, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Steven Streeter, Contract Specialist (508) 233-6180 steve.streeter@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/abf139e7768e0556cf6e6c842dac4c4e)
 
Record
SN02405489-W 20110323/110321234409-abf139e7768e0556cf6e6c842dac4c4e (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.