Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
SOURCES SOUGHT

12 -- Automatic Fire Sensing and Suppression Systems (AFSSS) - RFI

Notice Date
12/2/2014
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-I-0003
 
Point of Contact
Renee S. Staton, , Stacey R. Coolican,
 
E-Mail Address
renee.staton@usmc.mil, stacey.coolican@usmc.mil
(renee.staton@usmc.mil, stacey.coolican@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI *************************************************************************************NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This RFI's intent is to solicit product information and comment from industry; it is for planning purposes only and is not to be construed as a request for proposal or as an obligation on the part of the Government to conduct any follow-on acquisition. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. No entitlement to pay of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government use of such information. Proprietary information submitted in response to this synopsis will be protected when clearly identified as proprietary. Issuance of this notice does not obligate the Government to review responses received, procure these items or to issue a solicitation. ************************************************************************************* Program Executive Officer, Land Systems (PEO-LS), Advanced Amphibious Assault (PM AAA) is conducting market research to determine potential industry capabilities in providing replacement solutions of current Assault Amphibious Vehicle (AAV) Family of Vehicles (FOV) Automatic Fire Sensing and Suppression Systems (AFSSS). The U. S. Marine Corps is initiating plans to mitigate the effect of aging and obsolete components in existing AAV FOV AFSSS. The desire is to pursue a proven Commercial Off The Shelf (COTS) or Non-Developmental Item (NDI) solution based on current available technology. The basic system components are as follows: • Controller • Sensors (x4) • Wiring Harness • Extinguisher Assemblies (x3) o Valve o Cylinder, 7 pounds of agent o Halon 1301 (Provided by Government Defense Reserves) Portions of the originally purchased AAV FOV AFSSS components have become obsolete. In addition, Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues are negatively impacting the USMC's ability to support an operational AAV FOV AFSSS. The Government's intent is to replace existing AAV FOV AFSSS components with current technology while retaining the sensor National Stock Number (NSN) 6350-01-430-7176. The replacement system must fit into the same physical mounting profile and space claim constraints as the current AAV FOV AFSSS. The fire suppression agent must be Halon 1301 and retain the volume and concentration of the current AAV FOV AFSSS. Replacement parts must be completely compatible in all aspects with the identified sensor and fire suppression agent, volume, and concentration. Further, the Government does not possess a Technical Data Package (TDP) for the AAV FOV AFSSS controller, sensors, or fire extinguisher assemblies. Response Information: Firms possessing the capabilities to accomplish this requirement are invited to submit the following: company information to include the business size (large business, small business, 8(a) veteran owned small disadvantaged business, etc.); Statement of Capabilities to include capability to integrate with NSN 6350-01-430-7176; experience, to include familiarity with military needs and specifications; current GSA or DLA contract information. The identified AFSSS technology must be production ready and previously demonstrated with the results of the demonstration documented and included in the response to this RFI. Responses to the RFI should be limited to 30 pages. All responses should be e-mailed to renee.staton@usmc.mil, with a copy to judy.coffman@usmc.mil, no later than 3:00 P.M. local time, Friday, 5 January 2015. No phone inquiries will be accepted. Classification: UNCLASSIFIED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-I-0003/listing.html)
 
Place of Performance
Address: 105 Tech Pkwy, Stafford, Virginia, 22556, United States
Zip Code: 22556
 
Record
SN03585443-W 20141204/141202235211-57368d127ffc94a8fccdbc5fd724fd9c (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.