Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2025 SAM #8460
SOURCES SOUGHT

81 -- SHELTERS, COMBAT FIELD FEEDING, CONTAINERS

Notice Date
1/23/2025 7:43:49 AM
 
Notice Type
Sources Sought
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-5306
 
Response Due
2/7/2025 1:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
Ebony King, Deshawn Gaines
 
E-Mail Address
ebony.king@usmc.mil, deshawn.gaines@usmc.mil
(ebony.king@usmc.mil, deshawn.gaines@usmc.mil)
 
Description
This Sources Sought/RFI notice is issued by the United States Marine Corps (USMC), Marine Corps Systems Command (MCSC), Program Manager Combat Support Systems (PM CSS), Product Manager Combat Service Support Equipment (PdM CSSE). PdM CSSE is currently exploring the market for Special Access Program/Special Access Required (SAP/SAR) and Sensitive Compartmentalized Information (SCI) (dual accredited), Intelligence Community Directive (ICD)-705 compliant, deployable shelters capable of rapid deployment to austere locations. The USMC is seeking information on industry�s ICD-705 Compliant Deployable Shelters. Transport configuration of individual components shall fit within 8�x8.5�x20�. The shelter Operational area is desired to be larger. The answers provided in response to this Request for Information (RFI) could aid the government in determining its acquisition strategy. Offerors are encouraged to share information about potential solutions, even if the solution does not fully meet the characteristics below. Responses Interested parties are requested to respond to this RFI with a white paper in Microsoft Office Word 2016 or compatible format no later than 07 February 2025, 4:00 PM EST. Responses shall be written in Times New Roman single spaced 12-point font. Responses shall be submitted via email only to: Ebony King at ebony.king@usmc.mil and Deshawn Gaines at deshawn.gaines@usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. (1) Section 1 of the white paper shall provide administrative information. Administrative information shall include at a minimum: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact (POC). Business website Business type and number of employees (large business, small business, small-disadvantaged business, 8(a)-certified small-disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Data Universal Numbering System (DUNS) Number, SAM.gov Unique Entity ID and Contractor and Government Entity (CAGE) Code (if your company has these). Do you have a viable Federal Supply Schedule that can support this procurement? If so, provide your GSA Schedule information to include the category of products provided. Section 1 of the white paper shall be limited to one page. (2) Section 2 of the white paper shall provide information on the products and services each offeror can offer with respect to the ICD-705 Compliant deployable shelters. Offerors shall address the following in their RFI response: � Technical Specifications: Furnish detailed technical specifications of the shelters, including dimensions, weight, materials used, structural integrity, and any additional features or capabilities. � Mobility and Versatility: Describe the mobility of the shelters. Include information on ease of deployment, setup time, and any mobility restrictions. Power: Ability to be operated by power available through a generator. Generator will already be in use and cataloged with Marine Corps. Identify external/internal power connectors, capability of power distribution box. � Capacity and Functionality: Outline the capacity of the shelters in terms of personnel accommodation, number of workspaces, storage space, internal server racks/space, and suitability for various operational roles (e.g., command post, communications hub). � Durability and Environmental Resistance: Provide details on the durability of the shelters, including resistance to extreme weather conditions, environmental elements, and potential threats encountered in operational environments. � Compliance and Certifications: Specify relevant certifications, standards, or compliance measures that your shelters adhere to, such as SAP/SAR, SCI, ICD-705, MIL-STD, or ISO standards. � Manufacturing Readiness and Production Capacity: Please address the following: Manufacturing Readiness Level (MRL) with justification; identify maturity shortfalls and associated costs and risks. If the system is not currently in full-rate production, is the system design complete and stable to enter low-rate production. Supply Chain Management and risks addressing long lead items (defined as greater than 1 year) and critical components. Production capacity and scalability and schedule to maximum production rate with existing facilities. Lead time from contract award to first delivery. Identify the minimum sustainment rate to ensure continuous production. � Support and Maintenance: Describe the support services and maintenance requirements offered with the shelters, including availability of spare parts, supply chain risks, training for personnel, and warranty provisions. � Cost and Delivery: Provide estimated costs for the procurement of the shelters, including any associated expenses such as installation, training, and logistics. Additionally, indicate lead times for delivery upon order placement. Identify any relevant shelters listed on GSA and National Stock Number. Section 2 of the white paper shall be limited to 15 pages per variant type. (3)Enclosure 1 of the white paper shall contain test data or reports discussing but not limited to: Radio Frequency attenuation rating of 80 dB or greater from 1kHz to 10GHz on all six sides. Sound Transmission Class of 50 or greater on all six sides. Life expectancy of shelters based on validated testing metrics. Number of times the shelter may be relocated while maintaining ICD 705 compliance. Any dedicated personnel or equipment required for relocation. Recommended maintenance operations and schedule to maintain ICD-705 compliance. Viability for joining shelters together to expand the working area, while still retaining RF attenuation and STC requirements above. Viability of expandable or modular shelters to attain/maintain RF attenuation and STC requirements above. Additional test data that the offeror would like the government to be aware of to include 3rd party test reports. Questions Questions regarding this announcement shall be submitted in writing via email to Ebony King at ebony.king@usmc.mil and to Deshawn Gaines at deshawn.gaines@usmc.mil no later than 8 January 2025. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 8 January 2025 will be answered. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI has been issued solely for information and planning purposes in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. It does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Marine Corps is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Responses may not include classified material. Not responding to this RFI does not preclude participation in any future solicitation if one is issued. If a solicitation is released, it will be synopsized on the SAM.Gov (https://.sam.gov/) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e85c47a81dea4e7b9977bada37652d62/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07322102-F 20250125/250123230111 (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.