Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOURCES SOUGHT

83 -- SUBJECT Large Command Post Shelter for Brigade to Division Sized Units

Notice Date
4/4/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-02-R-XXXX
 
Response Due
5/16/2002
 
Archive Date
6/15/2002
 
Point of Contact
Steven Nye, 508 233-4589
 
E-Mail Address
US Army Robert Morris Acquisition Center
(steven.nye@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Desired capabilities are listed below. In some cases the minimum requirements are noted as (T) for threshold and the Objective requirements are designated (O). The shelter will be compatible with Standard Integrated Command Post Light Sets, NSN 6230-01-4 85-6375, Mapboards, NSN 7110-01-327-6124 and Tables, NSN 7110-01-327-7685. The NSC will consider commercial items, military items and modified variants of each category. Suppliers are requested to provide a manufacturer's product information sheet, interio r and exterior photos, a strategy to meet any requirement that the proposed product does not currently meet and a price for the shelter. Responses to this market survey are due on or before 6 May 2002. The NSC will review the submittals and invite 4-6 ca ndidates to demonstrate their product within 60 days of this announcement at the Natick Soldier Center, Natick, MA. Product demonstrations are at the suppliers' expense. a. General Description. (1) Provides a modular soft wall shelter building block for use in brigade and division-level Tactical Operations Centers (TOC) with a minimum of two personnel doors and two windows with screens (T). Minimum width/length dimension (T) for the module is 18 ' and the module square footage can range from 400 sf to 500 sf. Shelter needs to be continuously extendable (T) in the longitudinal direction without breaking the plane of the roof. The shelter needs to be a minimum height of 6 feet (T) or 7 feet (O) at the eave line or 6' (T) high or 7 feet (O) at 8 feet off the longitudinal centerline of the tent. Maximum peak height may not exceed 12 feet(T) and 11 feet(O) (2) Shelter is required (T) to be set up or disassembled in 30 minutes with no more than six unit personnel. It is desired, (O) that the shelter be set up or taken down in 20 minutes with no more than four unit personnel. Time includes staking required to meet high wind conditions noted in paragraph b.3, the installation of the interior electrical distribution and lighting systems. Time for set up begins when the shelter, enclosed in the transport; bags, case, or diapers are on the ground at the erectio n site. Time for disassembly ends when, components are secured in the transport bags/case/diapers. Setup/Strike Aids. No ladders, vehicles or tools except for stake installation may be used to setup or strike the shelter or any part of an shelter. A ty pe of non-powered hand tool may be used for installing stakes. (3) Provides an open interior architecture that facilitates group work in a collective staff environment and good visual access to all Large Scale Display (LSD) devices and collaborative planning tools. Shelter shall have no more then one pole in any 9 f oot direction except around the perimeter of tent. (T) It is desirable to have no interior poles (O). (4) Provide an interior power distribution system that meets National Electric Code for temporary structures and is compatible with MIL-STD Generators. The interior power distribution system will provide 6-8, 15 amp circuits suitable to power 8-10 worksta tions. The system will include a lighting system providing an illumination level of at least 325 lux (30 foot-candles) and (O) 540 lux (50 foot-candles) at operator workstations using MIL Spec NSN 6230-01-485-6375 lights. (5) Provides a cable management system to consolidate power cables and wiring harnesses that requires no specialized training or tools. This includes a minimum of one, 3 inch diameter cable access duct, with cinch-able sleeves at each end of the module (T ) (6) Shall be available in woodland green and desert tan colored exteriors and a white interior. (T) (7) Provides lightweight, integrated modular flooring (T) which prevents the intrusion of water and/or rain from coming up into the floor area/surface of the tent (O) (8) Has a system R value of 1 (T) and desirable R value of 3 (O) (9) Utilizes standard mil spec fasteners, stakes and ancillary hardware (O).All har dware is captivated or attached (T). (10) Able to be transported on (T) a standard 463L pallet, by C-130, or by cargo HMMWV and LMTV . (11) Be designed so that the tent will be able to complex with other Army tents; using a TEMPER Vestibule NSN 8340-01-186-3026 and to vehicles and vehicle mounted rigid wall shelters using bootwalls. The minimum requirement (T) is to be able to complex w ith three (3) vehicles / shelters. The Objective requirement (O) is to complex with six (6) vehicles / shelters b. Environmental Threats. (1) Withstand a snow load of 10 lbs per square foot for 12 hours without damage or; permanent deflection that requires the frame member to be replaced in order to complete the mission (T) or frame deflection greater than 1 cross sectional height of the de flected section (O). Example, if the frame member is a 3 inch diameter tube, the non permanent deflection may not exceed 3 inches. (2) The shelter without liner shall not pool water on any part under any circumstance and shall be capable of withstanding rain at a rate of two (2) inches per hour for thirty (30) minutes without evidence of leakage through the tent fabric, flaps, seams or vents that would result in degradation of safety or loss of mission capability. Leakage is defined as: Negligible - Damp spots, barely noticeable. (O) Minor - Droplets forming on the fabric or at the seams and hanging there (no movement of water) which under ordinary circumstances will not impair its intended military use. (T) Major - Water continually leaking and dropping off or running down the item’s inner surface which impairs the item’s intended military use. (Failure) (3) Withstand wind load of 55 mph with gusts up to 65 mph. (T) Be capable of withstanding a steady wind speed of 55 miles per hour for a 30 minute duration with three occurrences of wind gusts to 65 miles per hour occurring within the 30 minute duration a nd resist intrusion by rain under the same wind conditions. (O) (4) Remain operational at temperatures ranging from –25 to +120 degrees F. Must be fully deployable after storage for 36 hours at temperatures ranging from - 60 degrees to 150 degrees F. The fabric shall be resistant to cold crack at –60 degrees (0F) Fah renheit when tested in accordance with ASTM D2136 . (T) (5) Include sealable, roof openings for a flue stack using either stovepipe shields NSN 8340 0089 69053 or in compliance with MIL-S- 43002 Shield, Stovepipe, Tent. (T) (6) Include a minimum of two, ECU duct openings with cinch-able sleeves per endwall (2). that will permit the passage of two 16 inch diameter ducts, 5 to 6 feet apart, through the tent wall at a centerline height of 22 inches above ground level to allow interface with existing ECU units. It shall include an ability to seal the outer wall to the duct to prevent water migration, loss of conditioned air, or leakage of outside air into the conditioned space. The interface shall seal against the intrusion of rain, snow, blowing sand, flying/crawling insects and animals when in use and when closed. (T) c. Detection Threats. (1) All fabric and support systems shall have a matt / dull finish (T) with no more the 2% gloss (O). (2) While in use or during the entry and exit of personnel the tent when illuminated, in conformance with paragraph a. (4) should not be observable at night within 100m with the naked eye, or within 300m with night vision goggles (3) Interface with Camouflage Nets. The sheltermust be compatible with the standard Army camouflage net system. No ladders or vehicles shall be required for installation of standard camouflage net system. d. Safety. (1) Flame Resistance. The fabric (roof, walls, floor, liner) shall be flame resistant, self-extinguishing and shall have no flaming melt drip or molten pieces when exposed to flame or heat. The shelter shall be tested IAW ASTM-D 6413-99 – Standard Test Method for Flame Resistance of Textiles (Vertical Test). All fabric compon ents shall be self-extinguishing within 2.0 seconds after exposure to the flame source for 12 seconds in both the warp and fill directions. The damaged char length shall be less than 50% of the sample length of 12 inches (2) Should not have any coatings which cause skin irritation or skin toxicity. (3) Should meet human factors requirements for soldier lift (i.e. 37 lbs each soldier); no single component should exceed a 6-man lift (T) or a desired 4 man lift (O). e. Durability. (1) Withstand 50 cycles during a 2 year period of erect and strike without any damage that would lead to a failure of one of the above criteria. (T) Withstand 100 cycles of erect and strike without any damage that cannot be repaired and would lead to a f ailure of one of the above criteria and prevent the shelter from being operational. (2) Fabric shall be able to withstand two years of continuous use in all environmental conditions (O). All information submitted shall be considered confidential. Interested firms should indicate in their response whether or not they are a small or large business. The North American Industry Classification System (NAICS) Code is 314912, the size standard for which is 500 employees or less to be considered a small business (formerly the SIC Code). Please provide name of firm, address, POC, phone/fax number. And email address. Submit data of the item to US Army Soldier Biological Chemical Command, ATTN: St eve Nye, Kansas Street, Bldg #5, Rm S-114, Natick, MA 01760-XXXX. This synopsis does not constitute and Invitation for Bid or Request for Proposals, and is not to be construed as a commitment by the government to issue an order or otherwise pay for the in formation solicited. Note: 9 & 25
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD16/DAAD16-02-R-XXXX/listing.html)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00053979-F 20020406/020404214604 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.