Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOURCES SOUGHT

54 -- Containerized Deployable Rigid Wall Shelters

Notice Date
7/14/2009
 
Notice Type
Sources Sought
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, 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
W91A2KMMMMNNNN
 
Response Due
7/29/2009
 
Archive Date
9/27/2009
 
Point of Contact
Elaine Scarnici, 508-233-4585<br />
 
E-Mail Address
RDECOM Acquisition Center - Natick
(elaine.m.scarnici@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Product Manager Force Sustainment Systems (PM FSS) is seeking technical information for commercial off-the-shelf rigid walled shelter systems for use as billeting and/or office configurations as a robust temporary facility in current and future theaters of operations. These new Containerized Deployable Rigid Walled Shelters (CDRWS) will be used for extended periods of time replacing expeditionary soft walled shelters. Ideally these commercially available CDRWS shall have the following capabilities: (1) Provide a single unit for billeting two soldiers (80 square feet per soldier) or ability to complex multiple units to provide open/office space in various configurations with a minimum interior height of seven feet. (2) Sidewall configurations that have doors, no doors, windows; some degree of blast mitigation properties; vents; and knock out panels for installation and use of HVAC units or existing military ECUs. (3) Maximum insulation or other technology for energy conservation and thermal efficiency. (4) Collapsible to minimize transportation cube, allowing for assembly, disassembly, and re-assembly multiple times, with a minimum 10 years useful life and at least 10 assembly/disassembly without degradation to functional use. (5) Stackable units during employment for maximum use of footprint. (6) Transportable by land, air, sea or rail. Ideally the system would be transported on standard military transport platforms. Ideal transportation size (cube) and weight would allow commercial aircraft to be used to transport assets. (7) Capable of withstanding rough handling and inclement weather conditions (including snow loading) encountered in all transportation and storage modes. The shelter must be able to withstand storage temperatures of minus sixty (60) degrees Fahrenheit (F) to plus one hundred forty (140) degrees F. (8) Capable of being handled by local material handling equipment (MHE) as well as container handling equipment. (9) External surfaces will be corrosion resistant and be capable of decontamination by standard military procedures. Finish color is not limited to but must include desert tan or camouflage green. (10) Able to be erected on semi-prepared surfaces (cleared and basically level) and self-leveling is desired. CDRWS may be placed on foot pads, concrete blocks, footers, beams/rails, head wall or its pedestals. (11) Possesses standard NEC electrical outlets with 110/220v and 50/60 htz capable electrical chase for lighting and HVAC/MIL ECU. (12) Able to accept commercial power and interface with a standard US military generator set. PM FSS is seeking sources, technical and product information that may meet the Armys requirement. Information submitted will include: a description of the commercial shelters currently available and how each of the above requirements are or are not met; lead time for manufacture of shelters and production capacity and capability; if a commercial warranty offered; listing of any tools or equipment required to set up or tear down; define the training/Operations & Maintenance (O&M) components and process for installation, teardown and maintenance; price range of configurations; place of manufacture of shelters; conformance to industry building, safety, habitation codes / standards; and any points of contacts of customers currently using your commercial product. This market survey is for informational purposes only, as part of a Foreign Comparative Test (FCT) Program initiated by USARCENT; this is not a Request for Proposal (RFP). Proprietary information will not be disclosed outside the U.S. Government. Response may be sent via e-mail to dean.klopotoski@us.army.mil, or by regular mail to U.S. Army PM FSS, ATTN: SFAE-CSS-FP-F (MAJ Klopotoski), 15 Kansas St. Natick, MA 01760-5057, Telephone (508) 233-5637, Facsimile (508) 233-5250.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W91A2KMMMMNNNN/listing.html)
 
Place of Performance
Address: US Army Soldier Systems Center ATTN: CCRD-NA-SU, Natick Contracting Division, Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01875130-W 20090716/090715000712-13f35410af17c738f928cfaa64cea4ed (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.