Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOURCES SOUGHT

41 -- MOBILE INTEGRATED REMAINS COLLECTION SYSTEM (MIRCS)

Notice Date
1/22/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-04-R-XLZ4
 
Response Due
2/5/2004
 
Archive Date
4/5/2004
 
Point of Contact
xinia llovetzurinaga, 508 233 4146
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps)
(xinia.llovetzurinaga@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Soldier Systems Center, Natick Research, Development and Engineering Center, Natick, MA, has a requirement for a system that provides a complete remains collection point to aid in the processing, preliminary identification, and temporary holding of remains in support of Mortuary Affairs (MA) requirements across the entire spectrum of military operations. The successful business will be able to prov ide design, development, production and testing of a Mobile Integrated Remains Collection System (MIRCS). The Mobile Integrated Remains Collection System (MIRCS) shall consist of a highly mobile, self-contained shelter operating while mounted or dismounte d on the Heavy Expanded Mobile Tactical Truck with Load Handling System (HEMTT-LHS) transport platform. The MIRCS shall facilitate MA collection point operations. The MIRCS shall be self contained and capable of autonomous operation. The MIRCS shelter s hall consist of an environmentally controlled remains receiving/processing area, an environmentally controlled administrative work area, a temperature controlled storage area sized for a minimum threshold requirement of sixteen (16) remains with an objecti ve requirement of (20) remains, and, storage compartments for operational supplies and personnel protective gear. The MIRCS shelter shall also have an onboard water source and supply hot and cold running water. The MIRCS shelter shall have an integrated onboard electric power source. A separate, quickly erectable, lightweight, holding shelter shall be included with the MIRCS system to prevent viewing of remains by passers by prior to processing. The MIRCS shall not adversely effect the environment and s hall collect and or treat any wastewater generated during operation. The MIRCS shelter shall incorporate an on-board electrical power source to provide complete operation when external power sources are unavailable. The MIRCS shall also operate from exter nal 120/208 volt, 60 Hz and 50 Hz three phase alternating current power sources. It shall have the capability to connect to and operate from prime power and transformed host nation electrical power service drops. The MIRCS shelter shall be ISO compatible and transportable by C130 aircraft and larger, helicopter sling load, and Heavy Expanded Mobile Tactical Truck with Load Handling System (HEMTT-LHS). The MIRCS shall be operable while dismounted or mounted on the HEMTT-LHS. The intent of this contract is to conduct a multiple delivery order effort to design, build, test, and manufacture a MIRCS. The base ordering period will consist of the MIRCS design including layout drawings, shelter and component integration, thermal and electric power load calculat ions, and major component selection (shelter, ECU, refrigeration unit, generator). After Government approval of the design, a delivery order may be issued for the MIRCS Prototype Build and Contractor Testing of one (1) or two (2) MIRCS prototypes as ord ered. The Government will also order initial technical manuals, initial training documents, safety documents and initial provisioning data. The first optional ordering period will consist of the order of one to three Low Rate Initial Production (LRIP) MIR CS. This delivery order would also include the First Article Test Plan, the conduct of the First Article Test, the First Article Test Report and safe delivery of the LRIP units to the designated test site for Government operational testing. Final techn ical manuals, training documents, and, provisioning data will also be ordered during the first optional ordering period. Additional optional ordering periods may be awarded for up to 60 total production units. Depending on the response to this synopsis, the MIRCS acquisition may be set aside for small business. The contracting officer's set-aside decision will be based on qualification packages demonstrating the ability to design and manufacture MIRCS. Bear in mind that under a small business set-a side, the prime contractor must perform at least 50% of the cost of manufacturing the MIRCS (excluding the cost of materials). For purposes of this acquisition, the small business definition is 500 employees (NAIC 332999). After reading the scope of work above, please respond to the following questions: Do you have the capability to perform the required work? 2) What experience or past performance of a similar nature will be used to support your qualification/capabilities? 3) Please indicate the dollar range of a contract that your business is capable of undertaking. Express this in terms of a minimum (the least value you would consider in order to develop a bid proposal) and a maximum (the largest value your firm is capable of working on considering you r current manufacturing schedules and capability). 4) If this project were set-aside for small business, would you submit a bid proposal if in your range? 5) Is your firm a certified HUBZone firm? 6) Is your firm a certified 8(a) firm? Failure to answe r any of the above questions may result in a determination of lack of capability for purposes of this survey. Email only responses are requested by 12:00 EST February 5, 2004 and should be forwarded to Mr. David Condon at David.Condon@natick.army.mil pho ne number (508) 233- 4995. NEGATIVE responses are not required.
 
Place of Performance
Address: US Army RDECOM Acquisition Center, Natick Contracting Division (R&D and BaseOps) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00508122-W 20040124/040122212407 (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.