Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2004 FBO #1122
SOURCES SOUGHT

83 -- SOURCES SOUGHT NOTICE FOR THE CHEMICAL BIOLOGICAL PROTECTIVE SHELTER - ELECTRICAL

Notice Date
12/20/2004
 
Notice Type
Sources Sought
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0905R0109
 
Response Due
1/21/2005
 
Archive Date
3/22/2005
 
Point of Contact
Dick Permantier, (309) 782-3430
 
E-Mail Address
TACOM - Rock Island
(permantierr@ria.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement seeks to identify potential contractors capable of meeting the requirements of the DRAFT Performance Specification, dated 16 Dec 04 to produce and deliver the Shelter, Chemical Biological Protective  Electric (CBPS-E ). The CBPS-E shall be an integration of a Rigid Wall Shelter (RWS), Environmental Support System (ESS), and Fabric Shelter. The CBPS-E shall utilize a Model M1152 High Mobility Multi-purpose Wheeled Vehicle (HMMWV) as the dedicated prime mover and a mod ified Model M1102 High Mobility Trailer (HMT) to transport equipment. The HMMWV and HMT shall be furnished as Government Furnished Material (GFM). The CBPS-E shall contain a deployable chemical biological (CB) protective fabric structure with airlock cap abilities, an internal (primary and backup) power source, have the capability for quick assembly/disassembly and provide enough working space for a Treatment Team/Squad consisting of four medical personnel and up to eight litter/ambulatory patients. The C BPS-E is intended to be a highly mobile easy to use system which provides the Treatment Team/Squad a minimum of 300 square feet of chemical, biological and environmentally controlled medical space where they can execute their mission without the encumbranc e of individual protective clothing and equipment. The CBPS-E shall provide heating, cooling and CB filtered ventilation air. The CBPS-E shall be capable of operating in a CB contaminated environment in temperatures ranging from -25 °F to +125 °F, while maintaining an internal temperature of 60 °F to 90 °F. The M1102 HBT shall be utilized to transport camouflage nets, medical equipment, additional supplies, etc. The CBPS-E shall be capable of being transported by rail, air, marine and over land. The CBP S-E is not intended for airdrop. The proposed acquisition will result in a long term, 5 year, Indefinite Delivery Indefinite Quantity (IDIQ) type contract. A Best Value/Tradeoff Analysis approach will be utilized where proposals are evaluated against, in addition to price, selection crit eria such as technical, management, and past performance, that results in the best value to the government. The Performance Specification identifies desired performance characteristics where the government may justify a higher price for higher levels of p erformance. The NAICS code that applies to this procurement is 314912, Canvas and Related Product Mills. A second NAICS code that may apply is 332311, Prefabricated Metal Building and Component Manufacturing. The size standard for both NAICS codes is 500 employees. Companies exceeding this size standard will be considered as large businesses. For procurement purposes, NAICS code 314912 is the assigned NAICS code. The solicitation will contain the Order Limitation clause (FAR 52.216-19) and may include a minimum and maximum order quantity of between 5 and 200 systems per year. The governments best estimate of number of systems per year is 21 ea for year 1, 38 ea f or years 2 and 3, and 39 ea for years 4 and 5, for an estimated 5 year total of 175 ea CBPS-E systems. That maximum number of systems that can be placed on contract over 5 years is 1,000 ea. Additional quantities may be placed on contract as funding beco mes available. Estimated buy quantities are subject to changes in requirements and availability of funds. Government and Contractor First Article Tests (FAT) are required. Approximate delivery schedule is FAT due 360 days after award (DAA) with productio n quantities to commence 630 DAA at a rate of 6 to 12 systems per month. A formal Request for Proposals is anticipated to be issued in Mar 05 with date of award estimated to occur in Oct 05. The solicitation will include provisions for Government Furnished Material. The government will furnish the M1152 HMMWV, the M1102 HMT Trailer, 3 ea M48A1 NBC Gas Particulate Filters (NSN 4240-01-161-3710), and 2 ea Recirculating Filters (PN 01767-1719628 ). Thi s announcement also provides the government the opportunity to conduct Market Research. So that the government may better describe its requirements and to better understand the capabilities of industry (see FAR 10) potential contractors and subcontractor s are requested to provide information pertaining to the following: 1. a brief description of your firm that demonstrates your capability to perform as prime contractor for the entire CBPS-E, or as a subcontractor providing CBPS-E components or subassemblies. 2. indicate whether you will be considered as a large or small business for this acquisition. If a small business, also indicate if you are considered a Service Disabled Veteran Owned Business, or a qualified HUBZone small business concern. 3. provide comments/recommendations/suggestions to the Draft CBPS-E Performance Specification. 4. given the level of verification/testing required per the Performance Specification, are there any verification/tests that you believe may be reduced or eliminated? 5. identify any verification/tests contained in the Draft Performance Specification where customary commercial practices or industry standards may be used in lieu of any mandated government specifications or standards for parts or components, or verificati on/test procedures? 6. identify any verification/tests contained in the Draft Performance Specification that, depending on the component or assembly, are similar or identical to ones you already perform as part of your usual production process? 7. identify any components or assemblies of the CBPS-E that are available commercially. 8. in order to meet the requirements of the Performance Specification, do you believe there are multiple suppliers for the components, assemblies and materials that comprise the CBPS-E? 9. provide suggested quantity ranges, possible economical ordering quantities (EOQ), and identify levels of production where price breaks may occur. 10. given the nature of the materials and components required for the CBPS-E, identify potential problems with pricing a 5 year contract and provide any suggestions/recommendations/alternatives to develop a more effective and realistic pricing structure. 11. provide your estimated production capacity for producing the CBPS-E. 12. is the proposed delivery schedule for FAT, start of production quantities, and delivery of 6 to 12 ea CBPS systems per month realistic? Provide any recommendations/suggestions. 13. suggest a type and length of warranty that may be appropriate for the CBPS-E. 14. identify potential hazardous materials. 15. provide suggested areas for evaluation in the governments Best Value Analysis. 16. provide instances where increased performance, tolerances, or thresholds that are above the governments minimum requirements may justify the government paying a higher price. A DRAFT Performance Specification for the Shelter, Chemical Biological Protective - Electrical, dated 16 Dec 2004, is posted to the TACOM-RI PROCNET Website at https://aais.ria.army.mil/aais.htm. To access, once at the TACOM-RI PROCNET page, click on Soli citation Information under the Wholesale Contracting Column. Then click on Draft Solicitations/Specifications/Scopes of Work/BPAs, then find CBPS-E under the Item column and click on the link provided. The estimated Date Posted is 21 Dec 2004. All responses to the above requested information, and other questions/comments should be submitted in writing and directed via email to Dick Permantier, at email address richard.permantier@us.army.mil. Responses are requested NLT 21 Jan 05. All responses are considered Source Selection Information IAW FAR Part 3.104. This announcement is for information and planning purposes only and does not constitute a Request for Proposals. The government reserves the right to consider alternate acquisition strategies as deemed appropriate. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAE20/W52H0905R0109/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00724142-F 20041222/041220212058 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.