Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

36 -- Modular Fuel System Tank Rack Module

Notice Date
4/23/2018
 
Notice Type
Presolicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-18-R-0096
 
Archive Date
5/29/2018
 
Point of Contact
Stephen Peeples, Phone: 5862826949, Christopher Miklasz, Phone: 5862828288
 
E-Mail Address
Stephen.Peeples2.civ@mail.mil, christopher.j.miklasz.civ@mail.mil
(Stephen.Peeples2.civ@mail.mil, christopher.j.miklasz.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: MODULAR FUEL SYSTEM (MFS) TANK RACK MODULE (TRM) W56HZV-18-R-0096 SMALL BUSINESS SET-ASIDE SEVEN (7) YEAR REQUIREMENTS CONTRACT ESTIMATED QTY: 1,403 The U.S. Army Contracting Command (ACC)-Warren, Detroit Arsenal, MI 48397-5000 intends to procure an estimated quantity of 1,403 each Modular Fuel System (MFS) Tank-Rack Modules (TRM) via a competitive five-year, firm-fixed-price, requirements type contract. The contract will contain an option for two additional ordering periods allowing the potential for seven one-year ordering periods in total. This procurement is a 100% set-aside to small businesses. The Government will award only one contract. The successful contractor will be responsible for the design and manufacture of TRMs that meet all technical performance requirements specified in purchase description ATPD 2336 rev E, as well as all other contractual requirements. The MFS-TRM is capable of receiving, storing, filtering, and issuing kerosene based fuels and diesel fuel. The MFS-TRM is an ISO-compatible system that has the ability to be transported using the heavy expanded mobility tactical truck-load handling system (HEMTT-LHS) truck, palletized loading system (PLS) truck, and PLS trailer as Each MFS-TRM shall have a 2,500 gallon fuel storage tank. The MFS-TRM shall contain secure storage compartments for hoses, nozzles, fire extinguishers, grounding rods, and other equipment necessary for maintenance and refueling operations. The MFS-TRM shall be equipped with a pumping capability to dispense filtered fuel at a minimum rate of 17 gallons per minute (gpm) (with a desired rate of 50 gpm), a filtration and water separation system capable of removing sediment and undissolved water, and a flow meter, or totalizer, to measure the quantity of fuel pumped. The entire MFS-TRM, with full fuel payload, shall weigh less than 26,000 pounds. Tentatively, three factors will be evaluated including Technical Performance, Technical Experience, and Price. Within the Technical Performance Factor, the Government plans to evaluate how the offeror's proposed solution meets the ATPD 2336 rev E specifications with regard to: 1) pumping capability to dispense filtered fuel, 2) system capabilities to load/unload from the HEMTT-PLS truck and HEMTT-PLS trailer, and 3) ISO compatibility. Within the Technical Experience factor, the Government plans to evaluate the offeror's extent of experience providing Department of Army Field Maintenance Technical Manual(s) and Operator's Technical Manual(s). The solicitation requirements include the submissions of the following approaches: design, manufacture and delivery of first article test (FAT) units for Government testing, department of army formatted training materials, technical manuals, provisioning data, FAT spare parts and tools support package, packaging data, and contractor test support of Government testing. Upon successful completion of FAT, the Government will order production units; to be delivered at a rate of approximately 15 per month for non-peak demands and 40 units per month for peak demands. FAT approval is required before production can proceed. This procurement will be a competitive, best value, trade-off process acquisition, in accordance with Part 15 of the Federal Acquisition Regulations. All responsible sources who are small businesses may submit a proposal which shall be considered by the agency. The Government will award one contract to the offeror that: a) represents the best value to the Government, b) submits a proposal that meets all the materiel requirements of this solicitation, and c) meets all the responsibility criteria in accordance with far 9.104. All contractors must be registered in the DoD's System for Award Management (SAM) system at http://www.sam.gov. Information on getting registered may be obtained on the website. Solicitation number W56HZV-18-R-0096 is anticipated to be issued on or before June 2018 with proposals due in July 2018. Disclaimer: the Government does not intend to award a contract on the basis of the information in this posting or information received as a result of this posting. The contents of any future formal Request For Proposal (RFP) takes precedence over anything provided herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddac89dc58428f20614cc7f80adcb138)
 
Record
SN04898069-W 20180425/180423230722-ddac89dc58428f20614cc7f80adcb138 (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.