Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOURCES SOUGHT

45 -- Expeditionary TRICON Systems to conist of a Latrine, Shower, Self Service Laundry and Kitchen System

Notice Date
3/3/2006
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY0000000
 
Response Due
3/20/2006
 
Archive Date
5/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Army Research, Development and Engineering Command (RDECOM) Acquisition Center, Natick Contracting Division intends to competitively acquire the Expeditionary TRICON Systems (ETS). The ETS consists of the following: A Expeditionary Latrine Sys tem (ELS), Expeditionary Shower System (ESS), Expeditionary Self-Service Laundry System (ESSL) and Expeditionary Kitchen System (EKS) which is part of a continuing effort to provide improved combat field service equipment for the expeditionary War Fighter. The Product Manger, Force Sustainment Systems Combat Field Service Equipment Team (PM FSS CFSET) developed the concept of the TRICON-based support systems. This concept is an offshoot of the existing ISO (20- foot) containerized support system currently in use by the joint services and managed by PM FSS. The new design, based on the expandable ISO Type II TRICON (8 x 65 1/2  x 8) platform, will provide more flexibility and capability for the expeditionary War Fighter in a smaller and more easily de ployed unit, fully transportable by sea, air, or land. Prototype systems based on these requirements have been designed, fabricated and successfully field-tested and are available to view at the U.S. Army Soldier Systems Center. Please contact William Si ngleton to view the prototypes. A set of production engineering drawings and associated lists is being developed for these systems, which will not be available until June 2006. It is the Governments intention that the production systems be built in acco rdance with these drawings and associated lists. The ELS shall provide environmentally controlled latrine capability for an expeditionary base camp size of 150 personnel and, as such, shall incorporate four (4) toilets, two (2) sinks and two (2) urinal tr oughs, divided into two (2) separate compartments when operational. The price for production quantities shall be approximately US $45,000. The ELS shall: incorporate an integral waste/black water delivery system capable of delivering waste/black water up to 50-feet away at sufficient capacities to keep up with maximum discharge; incorporate an onboard pump system of sufficient capacity for delivery of hot and cold water for all latrine and related operations; the hot water supply flow for personnel saniti zation shall be maintained between 110? F-120? F; the target temperature at the faucet shall be 105 deg. F minimum; and operate off of one 60A power input, maximum. The ESSL shall provide environmentally controlled self-serve laundry capability for an exp editionary base camp size of 150 personnel and, as such, shall incorporate four (4) stacked washer and dryer units, divided into two (2) separate compartments when operational. The price for production quantities shall be approximately US $50,000. The ESS L shall: incorporate an integral wastewater delivery system capable of delivering wastewater up to 50 feet away at sufficient capacities to keep up with maximum discharge; incorporate an onboard pump system of sufficient capacity for delivery of hot and co ld water for all laundry and related operations; hot water supply flow for laundry use shall be maintained between 120? F-140? F; and operate off of two (2) 100A power inputs, maximum. The ESS shall provide environmentally controlled shower capability for an expeditionary base camp size of 150 personnel and, as such, shall incorporate four (4) shower stalls with user adjusted shower water spray temperature and two (2) personal hygiene sinks, divided into two (2) separate compartments when operational. The price for production quantities shall be approximately US $45,000. The ESS shall: incorporate an integral wastewater delivery system capable of delivering wastewater up to 50 feet away at sufficient capacities to keep up with maximum discharge; incorpor ate an onboard pump system of sufficient capacity for delivery of hot and cold water for all shower and related operations; the hot water supply flow for person nel sanitization shall be maintained between 110? F-120? F. Target temperature at the shower is 105 deg. F; and operate off of one (1) 100A power input, maximum. The EKS shall provide environmentally controlled food preparation, food serving and kitchen s anitation capability for an expeditionary base camp size of 150+ personnel and, as such, shall incorporate major components as follows: one (1) dual stacked cook and hold oven, one (1) steamer, one (1) tilting steam jacketed kettle, one (1) counter-style refrigerator, one (1) serving/preparation table, one (1) three well sanitation sink, one (1) coffee maker and one (1) drink mixer. The price for production quantities shall be approximately US $55,000. The EKS shall: incorporate an integral wastewater d elivery system capable of delivering wastewater up to 50 feet away at sufficient capacities to keep up with maximum discharge; incorporate an onboard pump system of sufficient capacity for delivery of hot and cold water for all kitchen and related operatio ns; the hot water supply flow for general use shall be maintained between 120? F-140? F; the sanitation well of the sink shall have a separate water heater to maintain the sanitation water temperature at 180? F; and operate off of two (2)100A power inputs, maximum. The ETS shall be capable of operation from 208 Volt 3 Phase 50/60 Hz power sources and shall be operable from military standard generators. System fabrication, assembly and integration shall conform to best commercial practices and applicable s tandards from NFPA, NSF, ANSI, ASME, ASSE, and IAPMO. Construction shall be such that the equipment is capable of withstanding extremely hard usage encountered in Military Service. Examples of hard usage are as follows: Cross country transportation, mate rial handling onto transport vehicles, operation in extreme temperature and humidity environments, high altitude operation, long periods of storage in extreme temperatures, exposure to elements including rain, snow, salt air, UV, and exposure to chemical c ontamination. Materials and coatings shall be selected to provide effective resistance to wear, rust, decay, deterioration, and decontamination procedures. All system components shall be packed within the system for transport, including the following equ ipment: 3K Fabric Water Bags, 2 per System; 50 Power Cable(s), 1 or 2 per System; 4 Electrical Pigtail Cable(s), 1 or 2 per System; Ground Rod, 1 per System; 25 Potable Water Hose, 1 per System; 25 Waste Water Hose, 1 per System. Total weight of each of the individual systems, with all components, shall not exceed 8,000 pounds. The ETS shall be delivered with technical manuals, in military format, that include all information required for the installation, operation and maintenance of the system. Th is acquisition is subject to the Berry Amendment (see Department of Defense FAR Supplement (DFARS) 252.225-7012). Offerors are to respond to the following: (1) Please provide information on your firms capability and capacity to manufacture the items abo ve. (2) Please provide information on your experience or past performance of a similar items produced at your facility.(3) Please indicate whether or not the production quantity is feasible and that your business would be capable of undertaking a contract of this nature. Please express this in terms of a minimum (what your firm is capable of working, considering your current manufacturing schedules and capability). It is anticipated that this acquisition will be conducted as a small business set-aside base d on responses to this request, as a best value procurement based on the offerors technical approach, experience, proposed price, management, past performance, and small and small disadvantaged business utilization as documented in their written proposal. The North American Industry Classification System (NAICS) code is 332999. The Standard Industrial Classification (SIC) Code is 3491 and the Small Business Siz e Standard is 500 employees. The successful offeror shall build, test, and manufacture the ETS in accordance with the Government furnished production drawings and associated lists, and the statement of work. First production units shall undergo a contract or first article test (FAT). The FAT shall consist of non-destructive testing to include a complete operational demonstration in intended environments. After Government approval and acceptance of the first production units and associated contract data, a nd FAT, an IDIQ delivery order may be issued for 12-500 production units of each system over a five-year duration. The solicitation and applicable technical documentation will be posted on the Natick Acquisition Centers web site, https://www3.natick.arm y.mil, on or before summer of 2006. The drawings will not be available until June 2006 and will be posted to the Natick Acquisition Centers web site prior to the release of the solicitation. Questions concerning this sources sought announcement should be directed to Mr. William Singleton, Project Engineer, at William.Singleton@natick.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00999066-W 20060305/060303212642 (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  © 1994-2020, Loren Data Corp.