SOURCES SOUGHT
54 -- Modular Expandable Rigid Wall Shelter (MERWS) Panels Kit
- Notice Date
- 6/5/2023 1:51:08 PM
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY23MERWS
- Response Due
- 7/5/2023 2:00:00 PM
- Archive Date
- 07/20/2023
- Point of Contact
- Marc Tardiff, Jean Trumpis
- E-Mail Address
-
marc.n.tardiff.civ@army.mil, jean.m.trumpis.civ@army.mil
(marc.n.tardiff.civ@army.mil, jean.m.trumpis.civ@army.mil)
- Description
- Description: DEVCOM-SC is conducting a Request for Information (RFI) on capabilities to build the Modular Expandable Rigid Wall Shelter (MERWS) Panels and associated equipment.� This is NOT for full production of the MERWS but only subcomponents to the full system and does not include the ISO Shelter itself.� The components, when attached to a military ISO shelter, create a stand-alone shelter system.� The system consists of 40 (each) aluminum/ honeycomb sandwiched panels of various size and shapes, 5 (each) welded roof support trusses, 13 (each) floor I-beams of various sizes and military screw jacks.���� The associated technical documents are for reference only and are being used to show the size of some of the components being requested.� Technical documents are for reference only and may be changed if a request for proposal is issued. Specific Specifications:� ASTM E864 Practice for Surface Preparation of Aluminum Alloys to be Adhesively Bonded in Honeycomb Shelter Panels ASTM E 865 Standard Specification for Structural Film Adhesives for Honeycomb Sandwich Panels ASTM E 866 Standard Specification for Corrosion-Inhibiting Adhesive Primer for Aluminum Alloys to Be Adhesively Bonded in Honeycomb Shelter Panels ASTM E874 Standard Practice for Adhesive Bonding of Aluminum Facings to Nonmetallic Honeycomb Core for Shelter Panels ASTM E990 Standard Specification for Core-Splice Adhesive for Honeycomb Sandwich Structural Panels ASTM E1091 Standard Specification for Nonmetallic Honeycomb Core for Use in Shelter Panels All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files. Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt.� Paper should not exceed 12 pages, including cover. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address). The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who.�� Example focus areas: Please discuss any/all relevant past and current products and services that currently meet or will be able to meet the enclosed requirements. As applicable, please discuss how your product(s) was implemented within industry/Government. Please describe the manufacturing process and equipment used to produce the enclosed requirements Please discuss, as applicable, proposed hardware used as part of the solution. Additional documentation accepted (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.� Test, Certification and Accreditation (C&A) Documentation: Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc.� Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. �It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM-SC via e-mail ONLY to Jean Trumpis (jean.m.trumpis.civ@army.mil) and Marc Tardiff (marc.n.tardiff.civ@army.mil) no later than 5 July 2023 @ 5:00PM EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to Jean Trumpis (jean.m.trumpis.civ@army.mil) and Marc Tardiff (marc.n.tardiff.civ@army.mil) no later than 28 June 2023 @ 5:00PM EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e645a143b72649c19fca0ab4e60ceadc/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06704618-F 20230607/230605230108 (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 |