SOURCES SOUGHT
36 -- CONTINGENCY BASING UTILITIES MANAGEMENT
- Notice Date
- 4/1/2017
- Notice Type
- Sources Sought
- NAICS
- 562213
— Solid Waste Combustors and Incinerators
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
- ZIP Code
- 28307-0120
- Solicitation Number
- CONTINGENCY_BASING_UTILITIES_MANAGEMENT
- Archive Date
- 4/22/2017
- Point of Contact
- SFC Zettie Roberts, Phone: 3027762141, MAJ William Bass, Phone: 3027762141
- E-Mail Address
-
zettie.r.roberts.mil@mail.mil, william.p.bass.mil@mail.mil
(zettie.r.roberts.mil@mail.mil, william.p.bass.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The United States Army, Regional Contracting Office, Erbil is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest, the resources, and capability to competitively deliver a wide variety of items in a broad class of supplies and perform services required in support of the U.S. mission in Iraq (Operation Inherent Resolve - OIR) and Afghanistan (Operation New Dawn - OND). Place of Performance: Iraq, Afghanistan, Kuwait, Qatar, Jordan, and other locations within CENTCOM. The containerized systems we are interested in acquiring are: •Incinerators •Energy generation and grid inter-connectivity •Waste compaction •Waste volume reduction (shredder/chipper/crushers) •Waste water treatment •Water purification - TWPS •Re-use of plastics/wood for extruded lumber products or concrete aggregate •Bio-fuel (TGRS 2.0) •Hazardous Waste •Recycling and Sorting •Composting The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement will be procured through full and open competition. Multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND There have been request to investigate waste and utilities management solutions for contingency operating environments. Ideally, this would be a series of packaged modules commercial systems that will enable all waste processing to remain within the Army's footprint and control and potentially provides returns to the Army in the form of budget reduction, energy production or products required for base support. This option is preferred to contracting out waste management to a local company where the Army would lose the ability for easy oversight and insurance that the waste is being properly disposed of. Additionally, many of the systems available are commercially sized, complicated to use, and not readily mobile as the Army mission may demand. This initiative follows the Army's goals of sustainable basing and energy reduction. REQUIRED CAPABILITIES The Government requires (see below criteria). The intent of this Sources Sought is to assess the state-of-the art of the technology available in (see below criteria) products that could be applied to meet this requirement. The Government envisions a solution for utility containers that meets the following operational and program requirements: 1. Must fit in or be a standard container size - primary: 20' foot or Tricon/Quadcon, secondary: 40' container. 2. Must be able to be scaled by adding additional modules as necessary. 3. Systems of the same nature should be interoperable in the event that the need increases at a specific location. 4. By-products of processing should not produce additional handling or disposal concerns. I.e. waste water effluent should be clean enough to release directly into the environment or be used by the base in some capacity. 5. Must have all necessary components to work on any power type or connection (US or British, 50/60 hz, commercial or tactical generators, batteries, or prime power). 6. All control systems should be integrated into the container 7. Each module should be plug and play with the others and customer should be able to choose which modules fit their needs best. 8. Each system should be standalone capable for controls and processing - outputs should not require further processing to be safe for disposal. 9. Be able to set up and operating within 72 hours of download and be packed up for transport within 96 hours. 10. Must have relatively simple maintenance requirements that is conducive to a deployed atmosphere 11. 20' units should be able to be flown by a C-130, smaller units should be able to be sling-loaded by a CH-47 with integrated attachment points for palletizing or sling load. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, SFC Zettie Roberts, in either Microsoft Word or Portable Document Format (PDF), via email zettie.r.roberts.mil@mail.mil no later than 1:00 p.m. EST on 7 April 2017 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (NOTE: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.) All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5331b42e0244a9b78683601f4e1a8d9d)
- Place of Performance
- Address: Iraq, Afghanistan, Kuwait, Qatar, Jordan, and other locations within CENTCOM., United States
- Record
- SN04456651-W 20170403/170401233134-5331b42e0244a9b78683601f4e1a8d9d (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 |