|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10,1997 PSA#1949Aeronautical System Center, Weapons, Air Base And Range Office,
Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite
104, Eglin AFB Fl 32542-5717 83 -- MEDIUM SHELTERS SYSTEM POC Contact Mr. Dennis Fields, Contract
Specialist, (850) 882-4685, ext 336, or Major Christopher Harrington,
Contracting Officer, (850) 882-4686, ext 334, or FAX number 850-9381.
Sources Sought Synopsis: The Aeronautical Systems Center's Weapons, Air
Base and Range Product Support Office (PSO) at Eglin AFB FL requests
information on air transportable protective shelter systems which will
provide general office space, workshops and environmentally controlled
storage for deployed forces. The objective is to identify a candidate
replacement item for the 1500 square foot General Purpose Shelter that
could be brought to manufacturing capability as a Commercial Item with
minor modifications. The following are specific performance
characteristics of interest: a) Basic shelter system shall consist of
the shelter and utilities interfaces integrated with a high efficiency,
adequately sized, environmentally friendly HVAC and attendant air
distribution, heat load and infiltration/exfiltration loss reduction
measures. High overall shelter R-value is desirable to reduce HVAC
loads and increase efficiency; b) The shelter system must optimize
weight per shipping volume and packed volume ratio.The shelter and
container cannot exceed 8,240 lbs weight and a packed volume of 471 ft3
. The HVAC system cannot exceed 920 lbs weight and a packed volume of
64 ft3; c) Usable unobstructed floor space shall be approximately 1500
ft2. The shelter shall have at least two personnel and vehicle doors
each. The vehicle door shall be at least 10 ft in height and 10 ft in
width. Doors should be rigid and hinged. The minimum unobstructed,
usable height in the shelter shall be 8 ft with a minimum center
(lengthwise) height of 12 ft; d) The elapsed time from packed
configuration to fully erected and functioning shelter must be
optimized. The shelter system should be erectable by a minimum number
of persons in minimal time utilizing standard tools and equipment; e)
Shelter system shall require minimum maintenance at the organizational
level and must be available 95% of the time or better; f) A minimum 20
year storage life for shelter and 10 year storage life for HVAC, with
20 erection/strike down cycles and one year continuous use is required;
g) Shelter system shall be transportable by C-130, C-141 and larger
aircraft using the USAF 463L cargo handling system; h) The shelter must
be weather resistant and operational in temperature ranges from -25
degrees to +125 degrees Fahrenheit; i) Be able to withstand, and remain
operational in sustained winds of 50 mph with gusts to 65 mph; j) Be
able to withstand a snow load of not less than 10 lbs/sqft for soft
walled shelters and 40 lbs/sqft for hard walled shelters; k) Expedient
flooring system with a rigid floor option; l) Novel approaches for
packaging for transport to end item destination and long term storage;
m) Firms having the ability to provide systems should submit specific
information to document their capabilities and potential to
successfully execute this effort to ASC/WMOK, 314 W. CHOCTAWHATCHEE
Ave., Suite 103, Attn.: Dennis Fields, Eglin AFB FL 32542-5717. Such
information should include, but is not limited to: affordability,
engineering design, analysis, manufacturing capability, test and
evaluation results, supportability approach, and previous purchasers.
This RFI is for planning purposes only, and shall not be construed as
a Request for Proposal (RFP) or as an obligation on the part of the
Government to acquire any follow-on acquisitions. The Government does
not intend to award a contract on the basis of this Sources Sought/RFI
or otherwise pay for the information solicited. No entitlement to
payment of direct or indirect cost or charges by the Government will
arise as the result of submission of responses to this Sources
Sought/RFI and Government use of such information. The Government
reserves the right to reject, in whole or in part any industry input as
a result of this Sources Sought/RFI. This Sources Sought/RFI does not
constitute the solicitation of proposals or authority to enter into
negotiations to award a contract. The information you provide may be
utilized by the United States Air Force in developing its acquisition
approach and its Statement of Objectives (SOO). All documentation
concerning this program will be posted on the Eglin PK home page at
http://eglinpk.eglin.af.mil/OPS/RFP/HTM (then select MS/ECU) or
provided upon special request in writing to Mr. Dennis Fields. It is
our objective to transmit all proposal information to prospective
offerors via the Internet. The amalgamated results of the program may
be released to industry as a SOO at the RFP stage; therefore, it is
highly desirable that data be received with unlimited rights to the
Government. However, we recognize that proprietary data may be a part
of this effort. If so, clearly mark such restricted or proprietary data
and present it as an addendum to the non-restricted /non-proprietary
information. Firms responding to this synopsis should state if they are
a large, small or small disadvantaged business. An Ombudsman has been
appointed to address concerns from Offerors or potential Offerors
during the proposal development phase of this acquisition. The
Ombudsman does not diminish the authority of the program director of
Contracting Officer, but communicates contractor concerns, issues,
disagreements, and recommendations to the appropriate Government
personnel. When requested, the Ombudsman shall maintain strict
confidentiality as to the source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the source selection
process. Potential offerors should use established channels to request
information, pose questions, and voice concerns, before resorting to
the use of the Ombudsman. Potential offerors are invited to contact
ASC's Ombudsman (Col Timothy R. Kinney, ASC/SK, 205 West D Ave, Suite
318, Eglin AFB FL 32542-6865, (850) 882-9051). For routine
communications concerning this acquisition, potential offerors are
invited to contact Mr. Dennis Fields for contractual information
(850)882-4685 ext 336, or Lt Jennifer Morgan for technical information
(850) 882-4681 ext 319. Collect calls will not be accepted. (0281) Loren Data Corp. http://www.ld.com (SYN# 0310 19971010\83-0005.SOL)
83 - Textiles, Leathers, Furs, Apparels, Shoe Findings, Tents and Flag Index Page
|
|