Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2020 SAM #6965
SOURCES SOUGHT

54 -- Expandable and Non-Expandable International Organization for Standardization (ISO) Type Shelter Production-Sources Sought/Request For Information (RFI)

Notice Date
12/22/2020 8:40:06 AM
 
Notice Type
Sources Sought
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-ENERWS-RFI
 
Response Due
1/29/2021 12:00:00 PM
 
Archive Date
02/13/2021
 
Point of Contact
Jeananne Russell, Jason A. Bullen
 
E-Mail Address
jeananne.m.russell.civ@mail.mil, Jason.A.Bullen.civ@mail.mil
(jeananne.m.russell.civ@mail.mil, Jason.A.Bullen.civ@mail.mil)
 
Description
Title: Expandable and Non-Expandable International Organization for Standardization (ISO) Type Shelter Production Synopsis: This is a Sources Sought Notice / Request for Information (RFI) for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Natick Division, No. W911QY-ENERWS-RFI. on behalf of Product Manager Force Sustainment Systems (PM FSS) located at the Natick Soldier Systems Center, is conducting market research, pursuant to Federal Acquisition Regulations (FAR) Part 10, in advance of a potential solicitation, under Authority of FAR Part 15.201 (e), for the Army Standard Family of Rigid Wall Shelters (ASF-RWS) program. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS RFI/SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this synopsis, any follow-up information requests, or subsequent Requests for Quotes/Proposals. The purpose of this sources sought notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry. This RFI is part of market research, which will allow the Government to assess industry�s current capability to produce expandable and non-expandable ISO type rigid wall shelters. Rigid wall shelters fulfill a multitude of U.S. Army missions including billeting, basing, mission command/command post functions, maintenance facilities, medical facilities, and any other functions that can be integrated, either permanently or temporarily, into such a shelter. These shelters are critical enablers to a wide variety of programs and weapon systems, including those comprising the U.S. Army�s six modernization priorities. They also enable the U.S. Army to close several critical organizational gaps inhibiting successful multi-domain combat operations. The existing fleet of expandable and non-expandable ISO type rigid wall shelters was developed over 20 years ago and is in need of modernization. Thus, the goal is to procure modernized rigid wall shelters that are more energy efficient, supportable, environmentally resilient, and affordable in both unit price and sustainment cost. The following is a list of sizes, types, and classes of shelters that the U.S. Army is interested in procuring: Sizes of shelters: Size I � 20-foot long (commonly known as a 20-foot ISO) Size II � 10-foot long (commonly known as a BICON) Size III � 6.6-foot long (commonly known as a TRICON) Types of shelters: Type A � Non-expandable Type B � One-side expandable Type C � Two-side expandable Unique classes of shelters (shelters not designated with a class can be assumed to be of standard design and performance): Class C � Chemical and biological (CB) hardened class Class E � Electromagnetic interference (EMI) shielded class Class H � Heavy class (and hook bar equipped) The design of these shelter sizes, types, and classes will be defined by either (1) a Government-owned technical data package (TDP) or (2) a Government-published performance specification. The responses to this RFI may assist the Government in choosing a course of action. In either course of action, these shelters will be subject to the design, performance, environmental, and safety requirements contained in the attached draft performance specification. Respondents are encouraged to demonstrate that they are capable of producing these modernized shelters, provide the monthly production rates they are capable of achieving and maintaining, and show they are capable of incorporating improvements to the designs by way of Engineering Change Proposal (ECP). Respondents are encouraged to submit the preceding information for each of the sizes, types, and classes of shelters listed above. All interested respondents, regardless of size, are encouraged to respond to this RFI. Information submissions may include: currently available product information and illustrations; current unit prices, if applicable, of those products, to include, if applicable, estimated stepladder pricing for 1, 10, 50 and 100 units; description of experience relevant to rigid wall shelter development and/or manufacturing; description of experience relevant to ISO type rigid wall shelter development and/or manufacturing; description of experience designing systems to meet Government performance requirements; description of experience developing Government technical manuals and other product support documentation; description of experience conducting and supporting Government testing activities, to include those involved in Convention for Safe Containers (CSC) certification; details on configuration control; details on quality control and quality assurance programs; description of the approach to improving energy efficiency, maintaining affordability, and promoting commonality of components across shelter sizes and types; information on the respondent�s status as a small business (include number of employees); information regarding past performance with Government customers. All RFI submissions must be received NLT 3:00 p.m. EST on January 29, 2021. All submissions shall be submitted electronically via Microsoft Word or Adobe PDF. All information supplied will be considered confidential, unless otherwise specified or available from other sources without restriction. This RFI is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by the U.S. Army. Please email questions to both jeananne.m.russell.civ@mail.mil and jason.a.bullen.civ@mail.mil with the subject line: W911QY-ENERWS-RFI Questions - ADD YOUR COMPANY NAME.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7599affee9bd443eb646ec696b25a762/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN05880045-F 20201224/201223061200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.