Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2017 FBO #5816
SOURCES SOUGHT

23 -- DECONTAMINATION TRAILERS

Notice Date
10/24/2017
 
Notice Type
Sources Sought
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4215 AUSTIN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-18-R-TRAILER
 
Archive Date
12/13/2017
 
Point of Contact
Angel Y. Quander, Phone: 4104368565, JeNeane O. Solomon, Phone: 4104170966
 
E-Mail Address
angel.y.quander.civ@mail.mil, jeneane.o.solomon2.civ@mail.mil
(angel.y.quander.civ@mail.mil, jeneane.o.solomon2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) ONLY. The Joint Product Manager, Chemical, Biological, Radiological, Nuclear and Explosive Analytics and Response Systems (JPdM CBRNE A&RS), Aberdeen Proving Ground, MD is conducting a market research to identify potential Decontamination Trailers for the National Guard Bureau (NGB) Weapons of Mass Destruction (WMD) Civil Support Teams (CSTs). The purpose of the announcement is to gather information on State-of-the-Art Capabilities and Technologies that will provide shelter and decontamination of personnel and equipment and rapidly deploy by organic vehicles and/or non-organic transportation assets (i.e air, rail, road, or waterborne). The trailer shall have the following capabilities: • The trailer shall be able to be towed by F450/550s utilizing a certified hitch • The trailer shall not exceed set dimensions which are as follows: o 355" long: 29'.5833" Tongue included o 102" wide: 8' 6" (DOT Standard) o 130" in height: 10' 10" (DOT Standard) • The trailer shall be operationally ready to go, to include Emergency DECON line, within 15 minutes of arrival on scene • The trailer shall be able to process non-ambulatory as well as ambulatory casualties • It shall have an integrated roller system capable of holding 300lbs for emergency decontamination • It shall be equipped with sufficient portable power to power all electrical components of the system at the same time o It shall have external generator power outlets o It shall have integrated interior all weather housing LED lighting • The trailer shall have shower capabilities to include insulated plumbing systems • It shall have on board waste water storage capable of holding 200 gallons with gauge o 50' waste water line to include connections for waste water tank pump out o Standard Fire hydrant 1.5" connection capability o Line sediment filtration and back flow preventer • The trailer shall have an onboard 100 gallon reservoir of water with gauge and filling connection • It shall have a heating and cooling system • The trailer shall have a venting system that continuously provides a positive flow of clean air from the cold side of the decontamination trailer to the hot side • It shall have all weather video monitoring system • It shall have 4 separate stations each separated by a vessel style hatch or door with the ability to view into the adjacent area through a built-in window • The trailer shall have Compressed Air Foam System (CAFS) JPdM CBRNE A&RS requests that an information paper along with any 3rd party test reports/data be submitted as part of the response. The information paper should address at a minimum the following: 1. Describe the product's technical capability. Range of conditions that it can be used in? How is the product supported and maintained? 2. Provide detailed technical specifications (drawings, component and sub assembly lists) of the system. 3. Describe the company's capabilities and identify its manufacturing readiness level (MRL)? How is the company structured to support the product if JPdM CBRNE A&RS integrates it into their program in the near and long term? 4. What is the maturity of the system being recommended? Is it early development, late development? Is it in production? Has it been fielded to any of the services? 5. What is the lead time for the product? What is the company's production capabilities/limitations? 6. What consumables and ancillary equipment are required to support this system? 7. How long will the system be available for purchase? 8. How long will this system be supported? 9. Describe the Operator interface (i.e., ease of use, level training, any software or computer hardware) 10. Consumable materials and ancillary equipment shall be fully identified, even if manufactured by vendors other than themselves. 11. What is the Manufacturers Suggested Retail Price (MSRP)? All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. All sources that are able to provide technologies meeting criteria in this announcement should submit their interest to Joint Product Manager CBRNE Analytics and Response Systems Submissions are due no later than 5:00pm, November 28, 2017, Eastern Standard Time. The RFI response shall be submitted via email to: jefferey.s.matz.civ@mail.mil and jeneane.o.solomon2.civ@mail.mil All information received in response to this notice that is marked proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the government's view of the information received. Responses to this notice will not be returned. The response to the RFI shall be limited to fifteen (15) pages (8.5" x 11") of English text, excluding test results and reports. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins. The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as "subject to restrictive markings". In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. The white paper shall be submitted in Portable Document Format (pdf) or Microsoft Word format. Responses should be submitted, as indicated above, and at a minimum, should include: RFI number, company name, address, telephone number, website address (if available), and type of business (large or small), informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/560a4975ea9e60d09ed8526ab6d20e30)
 
Record
SN04721351-W 20171026/171024231025-560a4975ea9e60d09ed8526ab6d20e30 (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.