SOURCES SOUGHT
46 -- Water Harvester and Power Unit
- Notice Date
- 5/31/2023 9:27:54 AM
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- W7NG USPFO ACTIVITY MNANG 133 SAINT PAUL MN 55111-4112 USA
- ZIP Code
- 55111-4112
- Solicitation Number
- W50S7E-23-Q-0016
- Response Due
- 6/30/2023 1:00:00 PM
- Archive Date
- 07/15/2023
- Point of Contact
- Lt Col Ann Feist, Phone: 6127132626, SMSgt Mikkael R. Hahn, Phone: 6127132613
- E-Mail Address
-
ann.feist.1@us.af.mil, mikkael.hahn@us.af.mil
(ann.feist.1@us.af.mil, mikkael.hahn@us.af.mil)
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT.� This is a sources sought synopsis only. The purpose of the synopsis is to gain knowledge of potential qualified sources and their business size classification relative to NAICS: 221310 Water Supply and Irrigation Systems ($41 million) and PSC 4610 Water Purification Equipment. Responses to this synopsis will be utilized by the Government to determine the appropriate procurement methodology. After review of the responses to this sources sought synopsis, an RFQ may be published on Contracting Opportunities at www.sam.gov.� Responses to this sources sought synopsis shall not be considered a response to a solicitation.� All interested offerors will respond as an interested party to this sources sought.�� The 133RD Minnesota Air National Guard has a requirement for Water Harvesting Systems, that create water in austere conditions where a water source may not be available. The mission of the U.S. Military calls for the ability to survive and operate in austere conditions. The Minnesota Air National Guard is therefore conducting market research to identify any manufacturers and sellers of water harvesters. The CLINS below describe Water Harvester and Power Unit components used for market research only. Interested parties must successfully demonstrate that they are capable of providing a water harvester that had the performance capabilities and characteristics listed below. Please see below CLIN for the full requirement description. (For market research use only): CLIN 0001 �Water harvester and Power Unit, (Qty = up to 4 each) Characteristics and Capabilities: Able to harvest water when no water source is available, supporting at least 4 individuals Able to purify and filter a water source, supporting at least 40 individuals Water storage, at least 10 gallons Mobile, able to be transported in a wheeled vehicle or on a snowmobile trailer Dimensions about 2�x2�x4� +/- 6� Weighs no more than 375 pounds Exportable power at least 12 kW Solar Panels integrated Capable to jump start vehicles Charging and power capabilities for vehicles and electronic devices Power available: 12 � 48 DC; 1 phase 120/240; 3 phase 308/400 VAC; and 60/50Hz Power pack: 24V/600A/12.9kW In response to this sources sought, interested parties are asked to provide detail on how they might meet the requirement in CLIN 0001 above. Additionally, they should also provide answers to the following: 1. Estimated amount for CLIN 0001. 2. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBzone, Woman Owned Small Business (WOSB), 8(a), Large Business, Small Disadvantaged Business (SDB) etc.)? 3. Is your company considered small under the NAICS code identified under this posting, 221310, $41M? 4.� Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? 5. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). 6. If you are a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 7. Please provide general pricing of your products/solution for market research purposes. 8. Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? 9. Please review salient characteristics and provide feedback or suggestions. If none, please reply as N/A. 10. Please provide your CAGE code or SAM.gov UEI number. Responses to this notice shall be e-mailed to the attention of: Ann Feist at ann.feist.1@us.af.mil.�� Telephone responses will not be accepted. Interested parties shall also submit their responses to the Government no later than 3:00 PM (CST) on 30 June 2023. This notice is to assist in determining the availability of capable sources via the commercial industry only. A solicitation is not currently available.� If a solicitation is issued, it will be announced at a later date and all interested parties shall respond to that solicitation announcement separately from this sources sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5c4f19f74ca944fe84fd3dbc40b678e6/view)
- Place of Performance
- Address: Fort Snelling, MN 55111, USA
- Zip Code: 55111
- Country: USA
- Zip Code: 55111
- Record
- SN06700266-F 20230602/230531230116 (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 |