SOLICITATION NOTICE
54 -- Request For Information - Environmental Enclosure
- Notice Date
- 8/6/2025 6:23:53 AM
- Notice Type
- Presolicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-25-R-ENCL
- Response Due
- 8/22/2025 2:00:00 PM
- Archive Date
- 09/06/2025
- Point of Contact
- Erin Roos - Contract Specialist, Samantha Degele
- E-Mail Address
-
erin.c.roos.civ@army.mil, samantha.l.degele.civ@army.mil
(erin.c.roos.civ@army.mil, samantha.l.degele.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a request for information (RFI) only. This is not an invitation for bids (IFB), request for quotations (RFQ), or request for proposals (RFP). This notice is published in accordance with FAR Parts 10.002 and 15.201 in support of market research. No award is intended as a result of this request as the Government has no intention to pay for information received. This RFI seeks information on industry�s capability to provide an enclosure inside of existing infrastructure to control and maintain the temperature, humidity and, if possible, generate and control a directional airflow. The enclosure will be used to test full ensemble protection of an articulating mannequin against chemical warfare agents. The U.S. Army Contracting Command � Aberdeen Proving Ground (ACC-APG) is exploring options for a contractor to design and build one enclosure inside of an existing surety chamber for use with highly hazardous materials located at the Aberdeen Proving Ground, Edgewood Area, Maryland. The contractor will be responsible for measuring, designing, fabricating, delivering and installing the enclosure and delivering 100% of the design drawings. The internal surfaces of the enclosure should be stainless steel to be compatible with bleach or caustic solutions. The desired external dimensions of the enclosure are 22 feet long, 10 feet wide, and 9 feet tall, with a minimum 6 foot tall by 4 foot wide door on each of the 22 foot long sides. The enclosure must be able to be assembled in place or assembled remotely and placed into the chamber through a door approximately 13 feet wide and 10 feet tall. The floor of the enclosure must be level, elevated from the existing structure by approximately 6 inches, and must be able to hold the weight of four adults plus ancillary equipment (stationary and moving). The enclosure will be operated with the surrounding chamber maintained at approximately 22 �C and will be required to control and maintain temperature from 0 to 50 �C, the humidity from 5% to 80% relative humidity, and a unidirectional wind speed from 2-12 meters per second across the longest side of the enclosure. The enclosure must be held at a negative pressure differential compared to the surrounding chamber. The enclosure must be able to be viewed remotely, with lighting sources and camera feeds available. The enclosure must contain a space where exterior equipment may pass through (sensor data lines, power cables, etc). All work under this project must be completed in accordance with all applicable U.S laws, regulations, policies, and procedures. POTENTIAL PERIOD OF PERFORMANCE: One year (twelve months) SPECIAL REQUIREMENTS: Interested firms who believe they are capable of providing the above-mentioned services are invited to indicate their interest by providing the following information: Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact name, e-mail address and telephone number. Business size (i.e. large business or small business, if small business is there a socio-economic set-aside, small disadvantaged, veteran owned, woman owned, etc.) A description of the company�s expertise in providing custom designed and built enclosures to maintain temperature, humidity, and possibly airflow across a space approximately 22� L x 10� W x 9� H, with remote control and viewing capability. A description of the company�s expertise in the design and build of enclosures for highly hazardous materials, if applicable. A description of how they would propose to successfully perform the requested work in accordance with all applicable U.S. laws, regulations, policies, and procedures. Request a Rough Order of Magnitude (ROM) to perform the work described. The responses to this RFI shall be unclassified. All assumptions, including any assumed Government support and Government-Furnished Property (GFP) that the firm would require to execute the work, shall be clearly identified. All proprietary and restricted information shall be clearly marked. This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any supplies or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army for planning and market research purposes. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. Interested parties can submit questions up until 21 August 2025 to samantha.l.degele.civ@army.mil and erin.c.roos.civ@army.mil. All responses shall be no longer than five (5) pages and transmitted electronically to both Agreements Officer, Samantha Degele, at e-mail samantha.l.degele.civ@army.mil and Agreement Specialist, Erin Roos, at e-mail erin.c.roos.civ@army.mil, no later than 5 p.m. EDT on 22 August 2025. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/21538ab9b30b4b17bc2bb8fe410e2411/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN07539361-F 20250808/250806230054 (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 |