The RFP Database
New business relationships start here

Fire Preventation Vehicle Enhancement - Stryker


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

Request for Information (RFI) for
Fire Prevention Vehicle Enhancements to Support
Project Manager Stryker Brigade Combat Team (PM SBCT)


The purpose of this RFI is to determine if there are entities with the ability to deliver enhanced fire prevention/suppression capabilities for Stryker Brigade Combat Team (SBCT) Family of Vehicles (FoV). Respondents are requested to submit a white paper in accordance with this RFI.


In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. There is no required format for RFIs.

Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes:


(a) The United States Army does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited.

(b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal.

(c) This RFI is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the United States Army.

Fire Prevention Enhancement Program Overview


PM SBCT is requesting information on enhancing current SBCT vehicle subsystems with the intent to prevent and/or suppress vehicle fires. The SBCT Family of Vehicles (FoV) desire fire prevention/suppression capabilities that will protect vehicle occupants from fire for the following scenarios listed in priority:

1. overheating due to parking brake / transfer case (T-case) not fully disengaged prior to towing

2. lack of power to the interior Automatic Fire Extinguisher System (AFES)

3. POL (petroleum, oil and lubricant) in engine compartment

4. fuel distribution catastrophic failure

5. engine overheating

6. external AFES catastrophic failure

7. engine compartment catastrophic structural failure


The fire prevention/suppression enhancements are desired in FY19 and will be based on current state of the art technologies, cost, and schedule constraints. All enhancements must consider ease of use for soldiers and easy retrofit/installation at an Army Depot. Below is the list of vehicle subsystems and/or components being considered for future enhancement. SBCT is willing to accept responses that either upgrade the systems below to prevent fire or ways to quickly extinguish fires once started.


a. driveline/transfer case

b. towing procedures

c. crew AFES (improved power source, external switch, etc.)

d. engine access panels

e. engine AFES (sensors, improved power source, etc.)

f. external fire suppression (routing, second discharge, etc.)

g. fuel distribution

h. hydraulic reservoir

i. engine compartment (structure, internal drainage capability, etc.)


RESPONSE INSTRUCTIONS


Respondents that cannot answer all questions in this RFI need not respond. Receipt of an incomplete RFI (parts A and B) will not be reviewed.


Data submitted in response to this will not be returned. This is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents will not be notified of the results of the RFI or results of information submitted.

All responses must be sent electronically to Ms. Cheryl Schoeman, APM Maneuver, PM SBCT, via email at cheryl.schoeman.civ@mail.mil. Please title the response as "Response for Fire Prevention Vehicle Enhancements."


Responses are due no later than close of business on 18 January 2019.


Part A. Business Information


Please provide the following information for your company/institution and for any teaming or joint venture partners:
1. Company/Institute name
2. Address
3. Point of Contact
4. CAGE Code
5. DUNS Number
6. Phone Number
7. E-mail Address
8. Web page URL
9. Size of business pursuant to North American Industry Classification System (NAICS) Code. Based on the NAICS Code, state whether your company qualifies as a:
a. Small Business (Yes/No)
b. Woman Owned Small Business (Yes/No)
c. Small Disadvantaged Business (Yes/No)
d. 8(a) Certified (Yes/No)
e. HUB Zone Certified (Yes/No)
f. Veteran Owned Small Business (Yes/No)
g. Service Disabled Small Business (Yes/No)
h. Central Contractor Registration (Yes/No)
i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership).
j. Is more than 50% of your firm owned or managed by a corporate entity? (Yes/No)
k. Has a proposal for essentially equivalent work been submitted to other USG agencies? (Yes/No)


Part B. Capability


All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement "Releasable to United States Government (USG) Agencies and their supporting Contractors for Review Only" must accompany any proprietary submission. The USG reserves the right to request further clarification to enhance understanding of the respondent's submittal. White paper not to exceed 25 pages, minimum size 12 font, and graphics/diagrams/tables/figures can be inserted where applicable, properly referenced and titled. In order to assist the United States Army in planning, respondents are required to ANSWER ALL OF THE QUESTIONS below:


1. Description of your company capabilities, experience in fire prevention/suppression, and the nature of the goods and/or services you provide.
2. Description of your knowledge and experience with the proposed vehicle subsystem enhancement(s).
3. Description of capability, performance and maturity of your proposed vehicle subsystem enhancement(s) selected from the list above.
4. A top level schedule to a mature solution that includes logistics products (see Part B.9).
5. Description of the scenario listed above that your enhancement will mitigate and its effectiveness.
6. Name of expected subcontractors, if any.
7. Provide a Rough Order of Magnitude (ROM) cost for enhancement development, and production of a retrofit/installation kit for 0-399 vehicles and 400+ vehicles to include unit costs.
8. Estimated cost for Technical Data Package for the retrofit/installation kit.
9. Estimated cost and capabilities for developing logistics products (e.g. installation manual, parts manual, operator/maintainer manuals).
10. Describe your approach to in-house quality testing to include test facilities and fixtures.
11. Based on your experiences, what do you feel are the highest risk areas in completing this enhancement? Provide substantiating data, as applicable.
12. What is the additional weight added to the vehicle?
13. Description of any other relevant information about the proposed vehicle enhancements that may be beneficial for the USG to know.


Daniel J. Gibson, Contract Specialist, Phone 5862822206, Email daniel.j.gibson43.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP