SPECIAL NOTICE
81 -- 27 - 101 Eagle A1A 400 gallon tanks (Fuel and Water)
- Notice Date
- 1/5/2011
- Notice Type
- Special Notice
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K-0355-1501
- Archive Date
- 4/5/2011
- Point of Contact
- greg.n.wilson, 508 233-4161
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(greg.n.wilson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Introduction: Pursuant to FAR Subpart 13.106-1(b)(1), the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Natick Soldier System Center (NSSC), intends to award a firm fixed price purchase order on a sole source basis to: Portable Tank Group, PO Box 780307, Sebastian, FL 32978-0307. THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation document is available. The contractor shall provide collapsible, flexible, water storage containers with the following requirements: The filled container shall be approximately 6.5 feet long, 4 feet wide, and 2.5 feet high. The container shall hold 400- 420 gallons of liquid. The container shall be able to operate in temperatures as low as -35 deg C. Tear strength shall be greater than 75 lbs when tested in accordance with (IAW) American Society for Testing and Materials (ASTM) D751 Procedure B. Breaking strength (strip tensile) shall be at least 400 x 400 lbs/inch when tested IAW ASTM D751 Procedure B. Container abrasion resistance shall be no greater than 200 mg per 1000 cycles when tested IAW ASTM D3389 (Taber H-22 Wheel 1 kg load). The container shall be capable of storing water for at least 1 year without manufacturer defect. Two valves shall be located near the 4 foot side of the container and, when the container is full, be positioned the top skin of the container. The valves shall be attached to an elbow pipe such that the portion of the pipe that is attached to the valve is roughly parallel with the top of the filled container. The valves shall be oriented away from the geometric center of the container but towards the centerline drawn through the long axis of the container. The valves shall consist of a 2 inch cam-lock with a ball valve. There shall be a vent pipe (not valve type) with twist on/off cap centered at the top of the container. The contractor shall provide collapsible, flexible, fuel storage containers with the following requirements: The full container shall be about 6.5 feet long, 4 feet wide, and 2.5 feet high. The container shall hold approximately 425 gallons of liquid. Permeability rate of the container containing Jet Propellant (JP)-8 shall be no greater than 0.12 fl. ounce/ft2/day when tested IAW MIL-T 52983F Paragraph 4.5.2.129 JP 8. The outer layer of the container shall be ozone and sunlight resistant and be suitable for use in hot, humid, wet or dry conditions. The container shall be able to operate in temperature conditions ranging from -45 deg C to 100 deg C. Tear strength shall be at least 40 lbs when tested IAW ASTM D751 Procedure B. Breaking strength (strip tensile) shall be at least 700 x 600 lbs/inch when tested IAW ASTM D751 Procedure B. Puncture resistance of the container shall be at least 1200 lbs when tested IAW ASTM D751. Container hydrostatic resistance shall be 600 lbs/square inch when tested IAW ASTM 751. The container shall be capable of storing fuel for at least 3 years without manufacturer defect. Two valves shall be located near the 4 foot side of the container and, when the container is full, be positioned the top skin of the container. The valves shall be attached to an elbow pipe such that the portion of the pipe that is attached to the valve is roughly parallel with the top of the filled container. The valves shall be oriented away from the geometric center of the container but towards the centerline drawn through the long axis of the container. The valves shall consist of a 2 inch cam-lock with a ball valve. There shall be a vent pipe (not valve type) with twist on/off cap centered at the top of the container. Request the contract be awarded for up to 100 ea fuel tanks and 30 ea water tanks based on funding availability. The equipment being procured will be used for field testing in theater. The Army units requesting the capability are currently deployed to Afghanistan and have asked that the items be delivered by 1 Jan 2011. A delay in the procurement of these items will lead to a reduction in the units' effectiveness and ability to conduct their sustainment missions in a wartime environment, resulting in serious injury to the Government. This restricted capability will have a ripple effect to all supported units. As sustainment brigades supplying their fellow Army units, their mission is an integral part of the war effort. Without the required supplies provided by the sustainment brigades, or with a delayed delivery due to equipment availability, other Army units will be unable to conduct their missions. Therefore, the procurement of this capability has an unusual and compelling urgency. Units in the field in a wartime environment cannot wait for the normal contracting and source selection processes to be conducted when they have an immediate need. Current limitations on movement of fuel and water and the lack of retrograde capability led to this request of having more portable, less costly and less real estate intensive system development. These systems are sling load-able and current intent is to follow up with an airdrop capability. This need represents the the demand of portability from personnel supporting Operation Enduring Freedom located at a significantly growing number of austere, isolated Forward Operating Bases (FOBs). These FOBs have significant challenges to resupply bulk fuel and water as well as severally restricted vehicle (if any) access. A sole source is sought for the purchase of the collapsible fluid storage containers and liner. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: greg.n.wilson@us.army.mil no later than 8:00 a.m. on January 10, 2011. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SU, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Greg Wilson, Contract Specialist Greg.N.Wilson@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba05541328e782846104386d64263f45)
- Record
- SN02354579-W 20110107/110105233946-ba05541328e782846104386d64263f45 (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 |