Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOURCES SOUGHT

66 -- Portable Fuel Analyzer (PFA)

Notice Date
7/18/2012
 
Notice Type
Sources Sought
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
PORTABLEFUELA
 
Response Due
8/31/2012
 
Archive Date
9/15/2012
 
Point of Contact
Matthew Brown
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps Systems Command is conducting market research for potential sources to produce and deliver a Portable Fuel Analyzer (PFA). The PFA will consist of a system that will enable an unskilled incidental operator the capability to rapidly obtain and analyze sample of indigenous/captured fuel stocks on location to determine usability for immediate exploitation. As part of this Market Research, the Government is seeking information in five areas, to include: 1.Industry comments on draft USMC performance requirements, to include ability to meet performance requirements. 2.Industry comments on draft USMC work statement, to include ability to meet work requirements. 3.Industrial capability to manage and execute this type program 4.Industrial comments on production rate and timing 5.Past performance delivering a like or similar capability The following is a list of notional performance requirements for the PFA: 1.The components of the PFA shall be maintained and operated by a single incidental operator and not require formal institutional training in order to operate and maintain the system at the unit level (Threshold). 2.All operator functions shall be capable of being performed during reduced light conditions with the aid of a maximum of 50 lumens of unfiltered white iridescent or Light Emitting Diode (LED) illumination source (Threshold). 3.The PFA sampling and analyzing components shall be able to be operated and maintained in a Nuclear, Biological and Chemical contamination environment by personnel in Mission Oriented Protective Posture (MOPP) level IV and be capable of withstanding decontamination (Threshold). 4. The analyzing and sampling components of the PFA shall be contained in a hardened case to prevent, other than normal wear and tear, damage during repeated transport, handling and lifting in a field environment (Threshold). 5.The PFA components shall be able to operate in temperature ranges from -4 F to 110 F (Threshold) and -25 F to 135 F (Objective). 6.All components shall be able to remain operational after exposure to uncontrolled climates that the USMC will deploy within, to include rain, dust, sand, etc. (Threshold). 7.All PFA components shall be able to withstand a transit drop In Accordance With (IAW) MIL-STD-810G Method 516.6 Procedure IV without adverse performance to their operational capability (Threshold). 8.The dimensions of the analyzing and sampling components case will not exceed 24 x18 x12 (Threshold). 9.The weight of the component case will not exceed the maximum weight limits for portability by a single Marine (Male/Female) IAW MIL-STD-1472F (Threshold) 10.The sampling component of the PFA shall provide the capability to rapidly obtain adequate quantities required for analysis (Threshold). 11.The analyzing component of the PFA shall have the capability to analyze an indigenous/captured fuel source and determine is suitability IAW military fuel standards for use in ground combat vehicles and equipment (Threshold) as well as combat aviation platforms (Objective). 12.The analyzer portion of the PFA shall accurately provide in easily read format, GO/NO GO determination of the usability of indigenous/captured fuel IAW military fuel standards (Threshold) and a detailed format showing each critical property results for reporting purposes when the sampled fuel stocks do not meet specifications (Objective). 13.The operational time required for the incidental operator to obtain and analyze a sample of indigenous/captured fuel to determine its usability shall not exceed ten minutes (Threshold) and 30 seconds (Objective). 14.The PFA shall be capable of self-sustained operations for at least 15 fuel analyses (Threshold) or 60 months of repeated use (Objective). 15.If required, the PFA analyzer shall operate on battery power for 3 hours (Threshold). If the batteries are removable, they shall be a service common solution from the commercial sector (AA, AAA, B, C, D, 9V, CR-123) or existing military battery (Threshold). 16.If a power source is required, the PFA analyzer shall also have the capability to operate/charge on 85-240 AC current, and be internally protected from power surge (Threshold). 17.The PFA system shall be able to be shipped by commercial air carrier, rail, loose cargo, helicopter, etc (Threshold). The Government seeks to understand the extent to which developmental or existing products meet the requirements stated above. Any other value added information that would be pertinent to a future acquisition program is also desired. The following is a list of notional work statement efforts that the Government would require for a future acquisition program: 1.Program Management, to include sub-contractor management 2.Vendor Verification Testing, to include production article testing 3.Support of Government Testing 4.Human Systems Integration 5.Quality Management Systems 6.Environmental, Safety and Occupational Health tracking / management 7.System Safety 8.Configuration Management 9.Development, Tracking, and Delivery of Technical Data 10.Development, Tracking, and Delivery of Provisioning Data 11.Development, Tracking, and Delivery of Technical Publications 12.Development, Tracking, and Delivery of Training and Training Materials 13.Copyright release for all materials/data, including sub-contractor materials 14.Packaging, Handling, Shipment The Government seeks to understand the extent to which potential offerors possess the capability to deliver the requirements stated above. Comments on the applicability of the above listed efforts to this type of project are also sought. Any other value added corporate information that would be pertinent is also desired. The Government seeks to understand industrial capability to manage and execute this type program, to include and Small Business, Small/Disadvantaged Business, Veteran Owned, HUB-Zone, etc. criteria that your corporation may meet. The Government envisions a base contract with up to four (4) option years under an Indefinite Delivery, Indefinite Quantity (IDIQ) structure. It is envisioned up to 500 systems total could be produced, with a production rate of up to 25 per month starting in 2014. The Government also seeks to understand industrial capability on production rate and timing as envisioned. The Government seeks past performance information from firms that have delivered a like or similar capability in the past, to include timeframe of delivery, production rate, quantity delivered, customer supported, and any supporting services or products delivered in addition to the fuel analyzer portion. Potential offerors with the ability to meet the requirements listed are requested to provide information on their solution. No industry day is planned for this effort. It is requested that responses from interested businesses to this announcement be structured and transmitted in the following manner: 1.Business name, business size, address, and point of contact information (name, email and phone number). 2.Comments on notional performance specifications (preferably in a matrix format) and level of full or partial compliance with stated requirements. 3.Comments on notional work statement. 4.Any special business conditions or capabilities (i.e. small business). 5.Comments on production capacity and future capability. 6.Comments on past performance for like or similar items. Interested parties are encouraged to respond to this sources sought by submitting the above information no later than 12:00PM on 31 August 2012 (EDT). The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such data. No classified material shall be provided or will be accepted. No telephonic responses will be accepted. The submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services, nor for the government to pay for the information received. No solicitation document exists at this time. Responses to this notice shall be appropriately labeled with the notice title and provided via the following means: Compact disc or paper: Marine Corps Systems Command Attention: PdM Expeditionary Power Systems (PMM115) Matthew Brown, CTQ-25 2200 Lester Street Quantico, Virginia 22134
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/PORTABLEFUELA/listing.html)
 
Record
SN02807407-W 20120720/120718235821-bea97d7a856c5fa66de996b0766e6477 (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.