Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
SOURCES SOUGHT

54 -- Expeditionary TRICON Self-Serve Laundry System (ETSSLS)

Notice Date
1/29/2018
 
Notice Type
Sources Sought
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
PMFSS-ETSSLS-RFI
 
Point of Contact
Nicole E. Bernier, Phone: 508-233-6133, Sean G. Auld, Phone: 508-233-6183
 
E-Mail Address
nicole.e.bernier.civ@mail.mil, sean.g.auld.civ@mail.mil
(nicole.e.bernier.civ@mail.mil, sean.g.auld.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) on behalf of Product Manager Force Sustainment Systems (PM FSS), located at the Natick Soldier Systems Center is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to produce of the Expeditionary TRICON Self-Service Laundry Systems (ETSSLS). This sources sought/request for information (RFI) notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. The purpose of this sources sought/RFI is to gain knowledge of interest, capabilities and qualifications of various members of industry. 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 may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. 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: The Expeditionary Self-Serve Laundry System (ETSSLS) is integrated into expandable shipping containers (TRICONS) measuring 8' x 8' x 6.5' in the transport configuration. The ETSSLS has a complete Technical Data Package (TDP) supporting a "build-to-print" effort. There is a potential for the government to purchase as many 120 systems annually. The documented design has undergone evaluated testing at Aberdeen Test Center for; safety and human factors engineering (HFE), Physical characteristics, low temperature storage, high temperature storage, ground mobility, transit drop, rail impact, reliability, and intra-system electromagnetic compatibility. Interested parties shall have storage capacity for raw materials and finished products. REQUIRED CAPABILITIES: The ETSSLS shall provide laundry support to 150 personnel per week (approximately 750 pounds per day). Power and water connections to accommodate interface to the Force Provider Base Camp. Environmental control and ventilation maintaining internal temperatures of 60 - 90F with exterior temps of 33 - 120F. The exposed surfaces of the ETSSLS shall be painted with Chemical Agent Resistant coating (CARC). Description: Each ETSSLS shall have four (4) over/under stacked light commercial front load washing machine /electric dryer, two commercial heater/AC units to regulate internal temperature, one (1) onboard supply water pump, and one (1) onboard waste water holding tank and discharge pump assembly. Interface requirements: Power and water connections to accommodate interface to the Force Provider Base Camp Size: 8'x 8' x 6.5' in shipping configuration, (18' x 6.5' x 8' when deployed) TRICON Container Weight: 8,500 lbs 1 unit per Expeditionary Base Camp Interested parties shall have storage capacity for raw materials and finished products. SUBMISSION DETAILS: All interested firms and manufacturers, regardless of size, are encouraged to respond to this RFI. Information submissions shall include but are not limited to: (1) Company name, address, point of contact, telephone number, and email address, (2) Available technology, (3) Product literature and illustrations, (4) Relevant company background/experience, (5) Experience designing systems to meet performance specifications and configuration control, (6) Existing quality assurance program (7) Recent unit prices of the products presented in the vendor's response, (8) NAICS Code and whether or not vendor is a small business (include number of employees), (9) Type of Business Community member (e.g., Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), Historically Black Colleges and Minority Institutions (HBCU/MI)), under the North American Industry Classification System (NAICS) code 332439 which equates to SIC code 3499 with a size standard of 500 employees, (10) Offerors must provide salient characteristics/ technical specifications (existing product literature will suffice) on any systems they have built that are similar to the subject systems requested herein, (11) Offerors must be able to produce ALL systems discussed in this announcement. Offeror must be able to perform the logistics efforts associated with the system (E.G., Engineering Change Proposal creation). Provide a discussion on how offeror plans to furnish the items. Discuss the network of subcontractors, if used, to meet the required quantities of items in each package, (12) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and Joint-Ventures and other teaming arrangements are acceptable and encouraged. QUESTIONS: Contracting Questions in regards to this RFI shall be directed to the Contract Specialist Nicole Bernier, nicole.e.bernier.civ@mail.mil and the Contracting Officer Sean Auld, sean.g.auld.civ@mail.mil. Technical Questions shall be directed to Program Manager Jeremy Grant, jeremy.m.grant4.civ@mail.mil. The email subject line shall be "PM FSS-ETSSLS-RFI Questions - ADD YOUR COMPANY NAME". RESPONSES: Responses to this RFI shall be provided via email to Program Manager Jeremy Grant, jeremy.m.grant4.civ@mail.mil, Contract Specialist Nicole Bernier, nicole.e.bernier.civ@mail.mil and the Contracting Officer Sean Auld, sean.g.auld.civ@mail.mil. Responses have a size limitation of 4MB and must be received NLT 5:00 p.m. EST on Wednesday, February 28 2018. All submitted packages shall be free of computer viruses. If a virus is found, the package will be destroyed and a replacement will be requested, which must be provided within three days after notification. Responses shall be sent as an email attachment with the subject line "PMFSS-ETSSLS-RFI Response - ADD YOUR COMPANY NAME". DISCLAIMER: Responses to the RFI will not be returned. All information received in response to this RFI that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e60cf7ce03162d6fb0cf58a26ed91010)
 
Place of Performance
Address: U.S. Army Natick Soldier System Center, Product Manager, Force Sustainment Systems (PdM FSS), Natick, Massachusetts, 01760-5011, United States
Zip Code: 01760-5011
 
Record
SN04803091-W 20180131/180129231349-e60cf7ce03162d6fb0cf58a26ed91010 (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.