SPECIAL NOTICE
A -- Prototype: Containerized Ice Making System Development
- Notice Date
- 7/8/2020 12:24:43 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-20-S-0016
- Response Due
- 7/23/2020 1:00:00 PM
- Archive Date
- 08/07/2020
- Point of Contact
- Richard Totten, Phone: 3016192446
- E-Mail Address
-
richard.w.totten2.civ@mail.mil
(richard.w.totten2.civ@mail.mil)
- Description
- � NSRDEC BOTAA_17-01 REQUEST FOR PROJECT PROPOSAL (RPP) W911QY-20-S-0016 Area of Interest: Combat Feeding Technology Prototype: Containerized Ice Making System Development Contracting Agency: Department of the Army Contracting Office: Army Contracting Command, Natick Contracting Division (NCD) Contracting Office Location: Fort Detrick, MD, USA Program Office: Combat Capabilities Development Command, Soldier Center Issuance Date: 8 Jul 2020 Responses Due: 1600 hrs 23 July 2020 Objective: This Request for Project Proposal (RPP) is issued to request preproposals (white papers) in accordance with Section III, B, 1, of the U.S. Army Natick Soldier Research, Development and Engineering Center (NSRDEC) Broad Other Transaction Authority Announcement (BOTAA) 17-01 competitive announcement located on beta.sam.gov, and is being issued for planning purposes only. It is not to be construed as a commitment by the Government to award an agreement, nor will the Government pay for the information solicited.� The Program Manager Force Sustainment Systems (PM FSS) is seeking to develop a prototype Containerized Ice Making System (CIMS) that produces, bags, and stores 3,600lbs of ice per day.� Background:� Force Provider Expeditionary (FPE) is a Program of Record for the Army.� It provides a �base camp in a box� concept.� The system is Type Classified and has a Capabilities Production Document (CPD) describing its required capabilities.� One of the �add-on� requirements is the ability to produce, bag, and store ice for camp use.� The ice making requirement for the field use is 4lbs of ice per soldier, per day.� The Containerized Ice Making System (CIMS) is required to produce 3,600lbs of ice per day to support up to 900 personnel in a large Force Provider Camp.� The Force Provider �Box� is a Triple Container (TRICON), an 8�X8�X6.5� ISO container that are shipped together to the campsite for erection and integration.� FPE has provisions for potable water and electric power that the CIMS will need to interference with.� �PM FSS was funded in FY20 to identify mature technology capable of meeting the engineering and manufacturing development (EMD) phase IAW DoD 5000.02. This RPP is being issued to identify testable prototypes to acquire and test against the stated requirements of the CPD. Requirements: �The CIMS shall have the ability to produce 3,600lbs of ice per day in temperatures as high as 120 F. The ice shall be automatically bagged in 10lb individual bags and sealed. The bags shall then be automatically moved to a temperature controlled storage space with enough storage capacity for 8 hours of production (120 bags). The system shall be able to operate without user interaction for a minimum of 8 hours. The system should be capable of interfacing with standard Military 60-AMP power connectors, and FPE water input/outputs.� Force Provider has limited material handling equipment and all components must be moved by the ATLAS II forklift that has a maximum lift capability of 10,00lbs.� The prototype shall not weigh more than 10,000lbs and not be larger than 8�x8�x6.5�. The CIMS shall be cleaned, treated, primed and CARC painted in accordance with MIL-C-53072 with adequate access to facilitate cleaning and maintenance. �The requirement of this RPP is to obtain testable prototype(s), testing, technical support for government testing, BOM/drawing packages and logistics documentation to support user testing, technical testing and eventual mature tech manuals.� Successful completion of the OTA may would lead to CIMS production if funding were to become available Projected CIMS effort Design and build a CIMS prototype that meets the key performance parameters for reliability, transportability and capacity. Conduct necessary testing to validate system functionality Provide technical assistance to PM-FSS on the development and review of test plans/conduct/reports from private and/or government test facilities Support government and logistic contractors as required with CIMS logistics development effort� to include but not limited to: Development of Operator and Maintenance Technical Manuals (-10 &-23P TMs) Maintenance Task Analysis (MTA) Fault Tree Analysis (FTA) Maintenance Allocation Chart (MAC) Support manual validations Provisioning Part List (PPL) Engineering Data For Provisioning (EDFP) Special Packaging Instructions (SPI) Logistics Product Data (LPD) Logistics Management Information (LMI) Proposed Spare Part List (PSPL) Update system drawings to include previous system upgrade to support logistics efforts and possible future production. Anticipated deliverables for the CIMS development are listed below. Two Pre-production prototype systems that meets the FPE CPD requirements Field Service Representative support to resolve Test Incidents as they occur during testing at approved test sites Provide updated and completed CIMS drawing package (PDF and Solidworks) as required to support production and logistic documentation Technical support to the Integrated Logistics Support Center (ILSC) team and logistic contractor on the effort to development logistic documentation. Host bi-weekly IPR to discuss test, system drawings, and other topics relevant to the CIMS development. Performance Objectives: Preproposals should be limited to five pages, and include a description of the relevant technology including supporting data, the scope of the proposed effort including a high-level Work Breakdown Structure (WBS), and a description of the proposer�s research, development, manufacturing, past performance, or other special qualifications. The preproposal should indicate the Technology Readiness Level (TRL) level of the proposed design per the TRL level definitions found in Attachment 0001 of the BOTAA. The preproposal shall also include an anticipated cost for the efforts described in the preproposal.� Preproposals shall be submitted to the following email address: usarmy.natick.futures-cmd.mbx.ota-nsrdec@mail.mil. Brochures or other descriptions of general organizational or individual capabilities will not be accepted as a preproposal. All preproposals will be assigned an identification number and an email will acknowledge receipt of a preproposal. Usually, the Project Manager of the submitting organization should receive a decision letter or email regarding the preproposal within 60-90 days of submission. Administration: The Government will retain comments and information received in response to this RPP. Proprietary information should be identified as Company Proprietary. �Do not use Government security classification markings. All written responses shall be received by 1600 hours 15 days past the posting date of this announcement. Responses should be sent by e-mail to: �usarmy.natick.rdecom.mbx.ota-nsrdec@mail.mil and Richard.w.totten2.civ@mail.mil with Subject Line of Responding Organization and RPP Title. Material that is advertisement only in nature is not desired.� Respondents may review the NSRDEC BOTAA at beta.sam.gov, searching keyword BOTAA for additional areas of interest and/or preproposal submission instructions and representative POCs.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0ce396fb6a2d4d23961376342fd5f5b6/view)
- Record
- SN05714348-F 20200710/200708230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |