SOURCES SOUGHT
99 -- Controlled Humidity Protection (CHP) systems in support of the Marine Corps ground combat and combat support equipment. See the description below for a detailed summary.
- Notice Date
- 11/25/2008
- Notice Type
- Sources Sought
- NAICS
- 314912
— Canvas and Related Product Mills
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785409R9500
- Response Due
- 12/5/2008
- Archive Date
- 12/20/2008
- Point of Contact
- Susanne Breeden
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION as defined in Federal Acquisition Regulation (FAR) 15.201(e). NO SOLICITATION DOCUMENT EXISTS. The Marine Corps Systems Command (MARCORSYSCOM) is conducting a market survey to obtain information on responsible sources that are small businesses as defined by FAR Part 19; firms that hold General Services Administration (GSA) schedules; and small businesses that have the capability to provide Controlled Humidity Protection (CHP) systems for Marine Corps ground combat and combat support equipment as a means of extending the useful service life of these assets and provide the warfighter with mission ready assets as conditions dictate. The CHP systems shall be for both on-the-lot operational lines and temporary shelters which are relocatable. The systems must be capable of maintaining an environment of 40% (or less) relative humidity for at least 80% of the time and must contain real time control, monitoring and reporting. The contractor must be able t! o provide as a minimum a two (2) year service/maintenance warranty to support the CHP system. These CHP systems may vary in size from 2,500sqft to 15,000 sqft with varying heights, depending on location and assets to be stored. The systems will be installed at locations within the following Marine Corps (MC) organizations: I Marine Expeditionary Force (MEF), Camp Pendleton, CA and vicinity, II MEF, Camp LeJeune, NC and vicinity, III MEF, Okinawa, Japan, Kaneohe Bay, HI and vicinity, and MC Reserves located within CONUS. The systems may require installation at sites that provide for a pre-established hard surface or non hard surface. Site preparation is expected in order to seal the system. These systems may be constructed of various materials and be capable of withstanding 100MPH to 160MPH winds, depending on specific installation locations. Both stretch fabric material and pre-engineered steel structures may be required depending on specific location requirements. The services should be able to provide "turn-key" operation having the ability to offer a variety of dehumidified shelter sizes and types, including those mentioned above; conduct site surveys at Marine Corps installations to recommend an optimum solution; provide for site preparation and shelter construction; provide the necessary management and oversight to complete the project on schedule, and within cost; identify environmental compliance issues; obtain the necessary permits; coordinate with base utilities, as required; and offer Contractor Logistics Support (CLS), including automated dehumidification monitoring. MARCORSYSCOM will not pay or provide reimbursement for any costs incurred in the preparation or delivery of the request for information. Interested parties are requested to submit a response in a Microsoft Office compatible format, not to exceed 10 pages, outlining their ability to meet or exceed the requirements identified above by no later than 2:00 PM EST!, 5 December 2008. Firms should also include their business size/type, GSA contract number, if applicable. Only electronic submissions will be accepted. Interested sources shall send responses via e-mail to Susanne.Breeden@usmc.mil. THE SUBMISSION OF THIS INFORMATION IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES/ITEMS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=166ea2fb64ee805328cee859e7da4067&tab=core&_cview=1)
- Record
- SN01710105-W 20081127/081125215522-166ea2fb64ee805328cee859e7da4067 (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 |