The RFP Database
New business relationships start here

Fluidized Bed Modifications


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

Sources Sought Notice (Markey Survey)


The U.S. Army, Army Contracting Command (ACC), New Jersey on behalf of the U.S. Army Research, Development and Engineering Command (ARDEC), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for the procurement of a Modification to the Procedyne Cleaning Furnace (Model PCF-1660).


1.0 Objective/Background


1.1 Objective


The objective of this initiative is to modify and evaluate a Commercial-Off-The-Shelf (COTS) fluidized bed as a comprehensive thermal treatment system for the disposal of a wide variety of Reactive Armor Tiles. The Office of the Project Director - Demilitarization (PD-Demil) wants to reduce or eliminate the tile stockpile items utilizing existing technology in a cost effective manner.


1.2 Background


There is currently no demilitarization capability for the demilitarization of reactive armor tiles ("tiles"). The tiles were not designed to be demilitarized. Prior testing with tiles has demonstrated that a simple combination of time and temperature will consume the energetics in the tiles rendering them safe for disposal. While expensive and elaborate systems exist that could be used for this purpose, it is anticipated that demil of tiles can be accomplished using simpler COTS components or previously tested technologies at a lower cost. There is a commercial-off-the-shelf (COTS) fluidized bed currently in storage at Picatinny that can be used for in-house feasibility testing.


2.0 Requirements


The fluidized bed at Picatinny is Model Procedyne Cleaning Furnace (PCF) - 1660. The system modification requirements are as follows:


• Must conduct a thorough inspection to bring back online due to long time storage.


• Must be explosion proof, fireproof, and weatherproof (able to withstand rain; snow; sleet; hot and cold weather.


• Must be able to retrofit an off-gas system (i.e. afterburner) onto existing system.


• Must be hazard rated at Class I Division I.


Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:


1. Company Name
2. Company Address / Country Represented / Website
3. Company point of contact and phone number
4. Business Size (Small/Large & Number of Employees), the Commercial and Government Entity (CAGE) Code / Dun & Bradstreet (DUNS) Number.
5. The North American Industry Classification System (NAICS) code for this effort is 333994.
6. Commerciality: (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain.
7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location).
8. Major partners or suppliers.
9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).
10. Provide minimum and maximum monthly production rates of past production of same or similar items.
11. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity.
12. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment.
13. Please provide any additional comments.


All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, NO LATER THAN 8 June 2017 to: U.S. Army, Army Contracting Command-New Jersey, ACC-NJ, Bldg 9, Attn: Nicole Thalmann, Picatinny Arsenal, NJ 07806-5000. The point of contact is Nicole Thalmann at nicole.l.thalmann.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to nicole.l.thalmann.civ@mail.mil. Any information provided will not be returned.


This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.


Nicole L. Thalmann, Contract Specialist, Email nicole.l.thalmann.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP