Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
SOURCES SOUGHT

46 -- Market Survey: Black Waste Reduction or Elimination at Small Expeditionary Contingency Base Camps

Notice Date
2/25/2013
 
Notice Type
Sources Sought
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
PMFSS-BLACK-WASTE-REDUCTION
 
Response Due
3/22/2013
 
Archive Date
4/26/2013
 
Point of Contact
Kathleen Ehlers, (508) 233-5636
 
E-Mail Address
ACC-APG - Natick (SPS)
(kathleen.a.ehlers2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S Army Soldier Systems Center, Product Manager Force Sustainment Systems (PM FSS), Natick, MA, is conducting a market survey for technical information on commercially available material solutions to reduce or eliminate the latrine waste in the Army's Force Provider 150 man modules used at small expeditionary contingency base camps around the world. Wastewater accounts for a substantial percentage of the logistics support convoys and is a potential security risk for contracted removal. A solution that is integrated with or within the latrine is being sought. This survey is targeting the availability of commercial off the shelf products that will reduce the volume of waste produced by the current latrine system. General requirements are: a. Product solutions must be immediately available. b. Product solutions should meet or exceed applicable environmental standards. c. Must be able to handle waste within or at the latrine site and sized appropriately to the waste generated. The current volume of black water being generated is approximately 800-900 gallons per day in the 150 man FP camp. d. Product solutions should minimize power/energy requirements, capable of operating on: - Military generator power, 230 Volt (+/-10%) 3-phase 60-Hz (+/-2.5%) alternating current power source - Or JP-8 and diesel fuels - Or could be augmented by power from renewable sources e. Must be compatible with US military air, sea and ground transportation capabilities; as well as materiel handling capabilities at small FOBs which are limited by 10,000 lb fork lifts. To support this market survey, PM FSS requests that interested parties provide product literature, illustrations, and/or technical data that describe the following areas about their product: 1) Throughput capacity (gallons per day) 2) Regulatory compliance status (discharge quality/ disposal/ emissions) 3) Estimated lead time for delivery 4) Size and weight dimensions of the system in both transport and operation modes 5) Technical data on methods of removing dissolved solids, toxins, micro and macro bacteria, viruses, cysts, etc. 6) Estimated man-hours and skills required for set up and break down 7) Fuel or energy consumption rates and/or electrical power demand 8) Types and quantity of by-products and effluents that require separate treatment or disposal 9) System process map 10) Current locations and applications where system is in service 11) Material handling equipment requirements 12) System limitations (prohibited waste types or sizes) 13) Waste pre-processing requirements 14) Out flow process (batch or continuous) 15) Any on-board controls, sensors or tests to monitor out flow 16) Estimated man-hours and skills required to support daily operations and maintenance 17) Shipping configuration (e.g. pallets, skids, ISO containers) 18) Unit prices for an individual system, and assuming an order of 50 systems 19) Estimated per unit delivery price to CONUS locations on the East coast 20) Any additional readily available capabilities such as low energy pumps, photovoltaic, etc. 21) Total unobstructed ground space required for the safe set up and operation of the product solution within a FOB 22) Types, quantities and costs of consumables required to support operation (e.g., filters, chemicals, etc.) Proprietary information will not be disclosed outside the U.S. Government. All interested firms, regardless of size are encouraged to respond to this request for information. It should be noted that this is a market survey and not a pre-solicitation notice. A pre solicitation notice will be published if a formal solicitation is generated. No awards will result from this market survey. Nothing shall be construed herein or through the market survey process to commit or obligate the Government to further action as a result of this market survey. Firms responding to this market survey shall bear all risk and expense of any resources used to provide the requested information, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents must submit their product brochures, technical data, or other information concerning performance and cost before March 22, 2013. Information shall be limited to no more than ten (10) pages with no smaller than font size ten (10) and at least single-spaced. Page size shall not exceed 8.5 inches by 11 inches. If provided electronically, the response needs to be in Microsoft Word 2003, Microsoft Word 2007 or Adobe Acrobat 9 compatible format using a size 12 font with one inch margins. Electronic responses to this notice or questions regarding the notice may be emailed to richard.e.manzano.civ@mail.mil. The subject line of the e-mail should contain the words Black Waste Reduction Product Description. Responses may also be submitted by hardcopy or on CD and mailed to the following address: US Army Soldier Systems Center ATTN: SFAE-CSS-FP-F (Mr. Richard Manzano), Building 3, 15 Kansas St. Natick, MA 01760-5057. Responses are required by March 22, 2013, 5pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04539666dfdc1b5f00f861343e70ca11)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02995014-W 20130227/130225234214-04539666dfdc1b5f00f861343e70ca11 (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.