Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOURCES SOUGHT

46 -- Individual Water Purification System Block II (IWPS-2)

Notice Date
9/17/2012
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, Contracts Office Code CTQ8, 12350 Research Parkway, Orlando, Florida, 32826
 
ZIP Code
32826
 
Solicitation Number
M67854-12-I-1068
 
Archive Date
10/19/2012
 
Point of Contact
Erik K. Halverson, Phone: 7034325662
 
E-Mail Address
erik.halverson@usmc.mil
(erik.halverson@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: Marine Corps Systems Command (MARCORSYSCOM), Product Manager, Infantry Combat Equipment is conducting market research for potential sources and best practice information for the Individual Water Purification System - Block II (IWPS-2). The IWPS-2 is a lightweight portable water purification system that will allow Marines to drink microbiologically-safe water obtained from any source of non-potable fresh water. The system will be used by individuals in austere combat environments to resupply from indigenous fresh water sources (EPA Type I and II per NSF Standard P248). INFORMATION SOUGHT: Information is being sought from industry on products that can meet the following characteristics: IWPS-2 Salient Characteristics: (1) Compatibility. The IWPS-2 shall be an in-line system compatible with the USMC Hydration Bladder System NSN 8465-01-600-7956. (2) Weight. The IWPS-2 shall have a dry weight of no more than one (1) pound. (3) Durability. The IWPS-2 alone shall satisfy a 4-foot drop to concrete while dry; 4-foot drop to concrete while wet; 6-foot drop to concrete in carrier while dry; 300 lbs dynamic and static compression while dry (threshold); 10-foot drop to concrete in carrier while wet, 500 lbs dynamic and static compression while dry (objective). (4) Operability. The IWPS-2 shall be operable in a water temperature range of 4° to 49° degrees Celsius and in environmental temperatures of -33° to 52° degrees Celsius. (5) Freeze/Thaw Resistance. The IWPS-2 shall be resistant to breakage or failure resulting from ice formation during alternating freeze thaw cycles. Resistance shall be demonstrated via 10 freeze/thaw cycles in accordance with MIL-STD 810G method 524. (6) Water Purification. The IWPS-2 shall provide microbiological purification equal to or greater than NSF Protocol P248 levels from EPA Type I and II freshwater sources. (7) Turbidity. The IWPS-2 shall reduce turbidity to no more than 1.0 Nephelometric Unit (NTU) when tested in accordance with NSF P248. (8) Flow rate. The IWPS shall be capable of a flow rate of no less than 200 ml per minute requiring no greater than three (3) pounds per square inch of draw. (8) Capacity. The IWPS-2 shall provide a minimum of 135 liters of potable water before component replacement. (9) Wait Time. If chemical treatment or other operation is required prior to drinking, a maximum wait (treat to drink) time shall be no more than 20 minutes. (10) Shelf Life. The IWPS-2 shall have a shelf-life of no less than 5 years. (11) Failure Indicator. The IWPS-2 shall provide indication to the user of failure in one or more component that could result in reduced microbial reduction performance. INDUSTRY DAY: The PdM-ICE will hold an Industry Day on 26 September 2012 at 1000 Corporate Drive, Suite 301, Stafford, VA 22554, from 0900 to 1700. Parties interested in scheduling an hour one-on-one discussion with the government should contact Eugenio Bacordo, at email address eugenio.bacordo.ctr@usmc.mil, or by phone at (540) 628-7270, by 21 September 2012. For those who are unable to attend the Industry Day in person, there will be a phone line set up to call into the conference. The phone number is 540-628-7306. The purpose of this Industry Day is to exchange information regarding this RFI. It is requested that all sources planning to attend the Industry Day on 26 September 2012 send confirmation via e-mail no later than 1630 on 21 September to Eugenio Bacordo, at email address eugenio.bacordo.ctr@usmc.mil, (with a courtesy copy to the Contract Specialist, at email address erik.halverson@usmc.mil). Please provide the name and position or title of each attendee (no more than two per company), contact information, and business size. Unregistered attendees will not be turned away unless space is unavailable. SPECIFIC INFORMATION REQUESTED: Technology/System Information: (1) Manufacturer name, manufacturing capabilities, and description of company competencies. Include company size in accordance with Small Business Administration (SBA) definitions. (2) White papers and/or product literature that describe the functionality/capability of the system. (3) Technical/performance information (e.g., capacity characteristics, purification, filtration system, compatibility, and weight) to include test results verifying compliance with NSF Protocol P248. (4) Technical/safety information concerning disposal of filters/systems. (5) Statement that your proposed item meets the definition of "commercial item" as stated in Federal Acquisition Regulation (FAR) 2.101. Cost and Business Information: (1) Procurement (unit) cost - Describe unit baseline capability against the IWPS-2 requirements above and provide estimated unit price for the baseline. Describe if the units are warranted, and if so, describe the coverage (e.g., parts, labor, and shipping), the duration of the warranty in months and what triggers the warranty. (2) Business Size - In accordance with the Size Standard for NAICS Code 333318, please indicate whether your company is a Large or Small Business. If you have indicated Small Business, please also provide the appropriate category (i.e., HUBZone, Small Disadvantaged, Veteran Owned, Service Disabled Veteran, Veteran Owned, Woman Owned, or Small Business) Material Samples: Respondents that believe they can provide items that meet the IWPS-2 Salient Characteristics are invited to submit material samples with their written responses. These samples will be degraded or destroyed during evaluation and will not be returned to the vendor. E-mail transmissions of written responses must not exceed 5 MB. No telephonic responses are accepted. Responses are not desired until after the Industry Day being held on 26 September 2012. Responses to this announcement must be received no later than 1630 4 October 2012 to Leigh D'Lugos, at email address susan.dlugos@usmc.mil or via FEDEX/UPS deliveries to Commander, MARCORSYSCOM, 2200 Lester Street, Quantico VA 22134-6050, Attn: Leigh D'Lugos,703-432-3377. Any/all questions regarding submission of materials should be addressed to Leigh D'Lugos at susan.dlugos@usmc.mil. Note: THIS REQUEST FOR INFORMATION (RFI) IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. Further, the Marine Corps is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (www.FedBizOpps.gov) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-12-I-1068/listing.html)
 
Record
SN02886635-W 20120919/120918002308-1ec145cc87eae1ef2449e5670924208e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.