The RFP Database
New business relationships start here

Expeditionary Solid Waste Disposal System (ESWDS)


Massachusetts, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Amended RFI - Updated 11 OCT 2019


Description:


This is an amendment to the Sources Sought Notice/Request for Information (RFI) notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. (PdM-FSS-ESWDS-RFI2019). ACC-APG, Natick Contracting Division (NCD) on behalf of Product Manager Force Sustainment Systems (PdM FSS), located at the Natick Soldier Systems Center is conducting Market Research in accordance with Federal Acquisition Part (FAR) Part 10, in advance of a potential solicitation under Authority of FAR Part 15, for the production of the Expeditionary Solid Waste Disposal System (ESWDS). Product Manager, Force Sustainment Systems (PdM FSS) is continuing its Market Research regarding industry's interest and capability to meet the ESWDS service requirements. The scope of work and key ESWDS requirements below have been modified from what was posted in the original Sources Sought Notice posted on May 20, 2019.


Scope of Work:


The U.S. Army Product Manager Force Sustainment Systems (PMFSS) is conducting market research regarding industry's interest and capability in providing up to 250 Expeditionary Solid Waste Disposal Systems (ESWDS). This is not a request for proposal. This notice is only to request information, which may assist the Government in developing future procurement strategies. The ESWDS will improve soldier health and the environment by replacing burn pits with an expeditionary thermal waste destruction system. The ESWDS shall consist of thermal destruction capability housed in ISO transportation containers. To meet requirements, ESWDS is expected to utilize equipment and materials including, but not limited to, JP-8 fired burners; air blowers; air dampers, process temperature control; lighting, fuel storage and supply; active ventilation for equipment overheat protection; and refractory. No Government Research and Development (R&D) resources are intended for this effort. PMFSS is researching ESWDS that are ready for production and have demonstrated a low performance risk in meeting the requirements below. The schedule objective to complete design reviews; manufacturing of first articles; and Government acceptance of the first article test within 15 months of a contract award.


Key ESWDS Requirements:


1. The ESWDS shall facilitate manual batch loading and have the capacity to thermally destroy 1,000 pounds of mixed, unsorted, non-hazardous solid waste per day, seven days per week. ESWDS shall have an electronic locking mechanism on the batch loading door, which is interlocked with the process control to prevent operators from adding waste after the thermal destruction process of the batch has commenced. The electronic lock shall not disengage the batch loading door until the thermal destruction of the batch has completed and the chamber has sufficiently cooled to a safe temperature before adding a new batch of waste.
2. The ESWDS shall thermally reduce the volume of each batch by at least 80 percent. The batch load opening size shall accommodate unobstructed loading of full 50-gallon trash bags and 48"x40" wood shipping pallets.
3. ESWDS shall include a secondary chamber down-stream of the primary batch chamber to thermally treat exhaust gases from the batch chamber. The objective residence time in the secondary chamber for the exhaust gases is 2 seconds.
4. Transportation containers shall be furnished as part of the ESWDS. The ESWDS containers shall meet all requirements of ISO 1496, and meet all U.S. Coast Guard requirements for safe containers. The transport cube of ESWDS shall be no more than 20 feet long, 8-feet wide, and 8-feet high. When packed for transport, no single ESWDS container shall weigh more than 10000 pounds.
5. The ESWDS shall be capable of being set up or taken down in no more than eight hours by no more than 4 Soldiers who could be of any Military Occupational Specialties (MOS) with Materiel Handling Equipment (MHE). The ESWDS design shall facilitate use of the All-Terrain Lifter, Army System (ATLAS II) with a 10,000 lb. carriage capacity. The ESWDS shall be capable of being loaded onto and unloaded from the transport vehicle; and capable of set up and strike with a single ATLAS II, including the setup of the stack.
6. The ESWDS shall be furnished with its own collapsible fabric fuel storage container(s) and spill containment system. The fuel storage tank shall have a capacity of at least 500 gallons. The ESWDS shall incorporate its own fuel supply system. The fuel supply system shall include all pumps, filters, fittings, piping/hoses to safely deliver fuel from storage container to the ESWDS.
7. ESWDS shall be compatible with shore or generator power sources that will provide 208-volt, three phase electrical power.
8. ESWDS shall work in cold environments of -25F; hot environments of 120 F; hot/humid environments; dusty and windy environments; and otherwise inclement weather.
9. ESWDS shall be durable to withstand transport by air, sea, rail, and ground. It shall remain functional after being subjected to rail impact testing and extensive military road shock testing.
10. First Article Testing (FAT) shall be conducted on at least one ESWDS production unit. Key FAT requirements include but are not limited to: Safety and Human Factors (MIL-STDs-882E, 1474E, 1472G); hot and cold environments (MIL-STD-810G); ice and freezing rain (MIL-STD-810G); watertightness (MIL-STD-810G); salt fog (MIL-STD-810G); Ground Mobility (MIL-STD-810G); rail impact (MIL-STD-810G); transit drop (MIL-STD-810G); blowing sand and dust (MIL-STD-810G); reliability and maintainability; internal airlift; and external airlift
11. Technical publications and manuals shall be developed for operation and maintenance of the ESWDS in accordance with MIL-STD-40051.
12. Training courses and instructional DVDs shall be developed for operation and maintenance of the ESWDS


Information of interest:


PMFSS appreciates vendors' interest in this notice. Respondents who provided information on their NAICS/business size and items 1-7 below per the original Sources Sought Notice of May 20, 2019 may update their information if they choose. Otherwise, PMFSS will consider their previous information on those items. Information of interest items 8-10 have been added. For those sources interested in responding, the information is required no later than the date and time stated in this notice. Any responses should include the vendor's NAICS Code and whether or not vendor is a small business (include number of employees); Information is also requested that describes the respondents' experience and capability for: 1) designing and producing systems and process control for thermal destruction of waste; 2) designing, producing, and integrating transportation containers that meet ISO container standards; 3) developing operation and maintenance manuals; 4) developing Interactive Multi-media Instruction (DVD) for operators and maintainers;5) existing quality assurance program; 7) current manufacturing capacity and capability. Finally, PMFSS is interested to know: 8) Descriptions for existing products or prototypes that could meet the above requirements, and details of how the product/prototype meets requirements 1, 3, and 4 above.9) Supporting information and/or test data that demonstrates the described product or prototype has a low performance risk in meeting all of the above requirements; and 10) the estimated unit price for producing various economic quantity ranges of the existing product or prototype (examples:1 each; 2-10 each; 11-50 each; 51-100; 101-150 each).

Information shall be limited to twenty (20) pages or less with no smaller than font size ten (10). Appendices for drawings/sketches and for test/demonstration data will not count against the page limit. The response needs to be in Microsoft Office or Adobe Acrobat compatible format.

Electronic responses to this notice shall be emailed to Contracting Officer Jason Bullen (jason.a.bullen.civ@mail.mil) and Contract Specialist Michael Quinlan (michael.j.quinlan3.civ@mail.mil) no later than the date and time specified in this notice. Any questions regarding this notice may be sent to those emails as well. The subject line of any emails should include the words PdM-FSS- ESWDS-RFI2019.


Any information provided is based on the best information available at the time of the response; is subject to revision; and is not binding upon the Government or respondent. Any formal solicitation or request for proposal would be announced later under a separate Federal Business Opportunities announcement. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses may not include classified material. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests.


*NOTE: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it.


*NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This notice is not a confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. Responses to the RFI will not be returned. All information received in response to this RFI that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for information, market research and/or planning purposes only and does not constitute a solicitation.


 


 


Jason A. Bullen, Contracting Officer, Phone 1-508-206-2096, Email Jason.A.Bullen.civ@mail.mil -

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP