SOURCES SOUGHT
54 -- Vehicle, Expandable & Non Expandable Rigid Wall Shelters
- Notice Date
- 3/2/2017
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- PMFSS-RIGID-WALL-SHELTERS
- Archive Date
- 4/15/2017
- Point of Contact
- Safouane, Phone: 5082336120, Sean G. Auld, Phone: 5082336183
- E-Mail Address
-
safouane.elalaoui.civ@mail.mil, sean.g.auld.civ@mail.mil
(safouane.elalaoui.civ@mail.mil, sean.g.auld.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice / Request for Information (RFI) for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. PM-FSS-RWS-RFI. The U.S. ACC-APG, Natick Contracting Division (NCD) on behalf of Product Manager Force Sustainment Systems (PM FSS), located at the Natick Soldier Systems Center, is conducting Market Research pursuant to Federal Acquisition Regulations (FAR) Part 10, in advance of a potential solicitation under Authority of FAR Part 15.201 (e), for the Next Generation Family of Rigid Wall Shelters (RWS). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis, any follow-up information requests, or subsequent Requests for Quotes/Proposals. The purpose of this sources sought notice is to gain knowledge of interest, capabilities and qualifications of various members of industry. This Sources Sought RFI is part of market research, which may assist the Government in developing future acquisition strategies for RWS. The goal is to develop more energy efficient, lighter weight, less costly, and more versatile RWS than the legacy RWS designs by using new shelter materials and technologies. Vendors are free to use alternate materials and manufacturing methods from the legacy designs but must still maintain the overall dimensions of the legacy designs. Vendors must show they are capable of designing, manufacturing, and engineering improvements to the legacy designs and the possibility of designing for future vehicle platforms such as the Joint Light Tactical Vehicle (JLTV). Vendors may submit information pertaining to all variants or one specific variant of their choosing (please specify in submittal). Since there are multiple variants within this RFI vendors must submit an individual response for each variant. Vendors are encouraged to demonstrate the ability to manufacture and produce the variant they submit a response for as well as the individual designs contained within that/those variant(s). This market research will allow the Program Manager (PM) to make an informed decision about how to proceed. Each response in regards to this RFI shall be submitted via email with a subject line of "PM-FSS-RWS-Variant #1 - ADD YOUR COMPANY NAME" and "PM-FSS-RWS-Variant #2 - ADD YOUR COMPANY NAME". Shelter Variants & Specifications Variant 1. Vehicle Mounted RWS (similar to the existing S-788 Lightweight Multipurpose Shelter (LMS) and S-280 Electrical Equipment Shelter) The upgraded Vehicle Mounted RWS shall have the same basic capabilities and dimensions as the legacy S-788 and S-280 shelters with significant improvements in energy efficiency and weight. The Heat Transfer Coefficient (U) for each of the Vehicle Mounted RWS shall be 20% less (T); 40% less (O) than its legacy counterpart. Each Vehicle Mounted RWS shall also show a 5% (T); 10% (O) reduction in tare weight when compared to its legacy counterpart, with a gross weight compatible with the payload capacity of the prime mover when fully up armored. Each Vehicle Mounted RWS shall be capable of military and commercial transport. Each Vehicle Mounted RWS shall also be subjected to transportability testing to include Rail Impact, Ground Mobility, and Cargo Lift. In addition to the aforementioned testing, the S-788 design shall undergo a Roof Compression Test, while the S-280 design shall be subjected to a 6" Drop Test. Key S-788 Design Requirements: • Complies with Performance Requirements of ASTM E2377 • C-130 and larger air transportability (maximum height 96 inches in transportation mode) • HMMWV compatible (M1152A1/ M1152A1 with B2 Armor Kit/ M1037/ M1097) using Mounting Kit 17-1-8584-1 • Temperature Extremes: Operating: -65° F to +125° F plus solar load, Non-operating: -80° F to +160° F • Reduced Heat Transfer Coefficient (BTU/hr./sq. ft./ ° F): 0.30 (O) - 0.40 (T) • Reduced Shelter Weight (lb.): 579 (O) - 611 (T) • Less than $25,000 manufactured cost desirable. Key S-280 Design Requirements: • Complies with Performance Requirements of ASTM E1975 • FMTV compatible (M1078 A1/ M1083 A1) • Temperature Extremes: Operating: -65° F to +125° F plus solar load, Non-operating: -80° F to +160° F • Reduced Heat Transfer Coefficient (BTU/hr./sq. ft./° F): 0.17 (O) - 0.22 (T) • Reduced Shelter Weight (lb.): 1,260 (O) - 1,330 (T) • Desirable manufactured cost of less than $25,000. Variant 2. Expandable/Non-Expandable RWS (similar to the S-781/G through S-786/G Army Standard Expandable & Non Expandable 20' ISO, BICON, and TRICON Sized Shelters) The Expandable/Non-Expandable RWS shall have the same basic capabilities and dimensions as the legacy S-781/G through S-786/G Army Standard 20' ISO, BICON, and TRICON shelters with significant improvements in energy efficiency and weight. The Heat Transfer Coefficient (U) for each of the Expandable/ Non-Expandable RWS shall be 20% less (T); 40% less (O) than its legacy counterpart. More specifically, the Heat Transfer Coefficient (U) for any of the BICON or TRICON designs shall be 0.3 (T); 0.2 (O) or less. Each Expandable/Non-Expandable RWS shall be subjected to transportability testing to include Rail Impact, Ground Mobility, Drop, and CSC; and shall be capable of military and commercial transport by ground, rail, sea, and air (C130 and larger aircraft). Key Expandable/Non-Expandable Design Requirements: • Complies with Performance Requirements of ASTM E1976 (Non-Expandable), ASTM E1977 (One-Side Expandable), E1978 (Two-Side Expandable) • Temperature Extremes: Operating: -65° F to +125° F plus solar load, Non-operating: -80° F to +160° F • Reduced Heat Transfer Coefficient (BTU/hr./sq. ft./° F): Non-Expandable - 0.23 (O) - 0.31 (T) One-Side Expandable - 0.21 (O) - 0.28 (T) Two-Side Expandable - 0.21 (O) - 0.28 (T) • Reduced Shelter Weight (lb.): Non-Expandable -3,510 (O) - 3,705 (T) One-Side Expandable - 4,860 (O) - 5,130 (T) Two-Side Expandable - 6,210 (O) - 6,555 (T) • Desirable manufactured cost of shelters: Non-Expandable: Less than $100,000 One-Side Expandable: Less than $125,000 Two-Side Expandable: Less than $150,000 All interested firms and manufacturers, regardless of size, are encouraged to respond to this request for information. Information submissions should include available technology; product literature and illustrations; relevant company background/experience; experience designing systems to meet performance specifications and configuration control; experience developing technical manuals; existing quality assurance program; how vendor would address a need to reduce weight, cost, and create a more energy efficient design compared to legacy designs; recent unit prices of the products presented in the vendor's response to include estimated costs for 1, 10, 50 and 100 systems; whether or not vendor is a small business (include number of employees). Information submissions must be received NLT 4:00 p.m. EST on March 31, 2017. All information supplied will be considered confidential, unless otherwise specified or available from other sources without restriction. This RFI is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by U.S. Army Soldier Systems Center. Please e-mail your technical questions to Nicholas.A.Brossi.civ@mail.mil and your contracting questions to both the Contract Specialist Safouane.Elalaoui.civ@mail.mil and Contracting Officer Sean.G.Auld.civ@mail.mil with the subject line "PM-FSS-RWS-RFI Questions - ADD YOUR COMPANY NAME" Additional Info: The government is planning to host an industry day in June of 2017. If and when an industry day plan is finalized the government will communicate this information via FBO. At this time please do not submit questions regarding the potential industry day as there are no details available. Contracting Office Address: Army Contracting Command - Aberdeen Proving Ground (ACC‐APG), Natick Contracting Division (NCD), ATTN: CCAP‐SCN, Building 1, 15 General Greene Avenue, MA 01760‐5011 Point of Contact(s): Contract Specialist: Safouane Elalaoui, Safouane.Elalaoui.civ@mail.mil Contracting Officer: Sean Auld, Sean.G.Auld.civ@mail.mil Program Manager: Nicholas Brossi, Nicholas.A.Brossi.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a2fb1b0fd07e5226f5ba28721c26f563)
- Place of Performance
- Address: U.S. Army Natick Soldier System Center, Product Manager, Force Sustainment Systems (PM FSS), 15 General Greene Avenue, Natick, MA 01760‐5059, Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04420618-W 20170304/170302235133-a2fb1b0fd07e5226f5ba28721c26f563 (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 |