The RFP Database
New business relationships start here

Man Portable Refrigeration Box


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

 Please see attached Solicitation below (N00173-17-R-YD01) and Attachment A1 (specifications)
1. LOCATION - Naval Research Laboratory (NRL) sites as specified in the attached specifications.
2. OBJECTIVE - The Naval Research Laboratory is requesting a proposal from vendors who are capable of providing a two (2) custom designed and built man-portable refrigeration boxes
3. CONTRACt TYPE: The Government is contemplating a solicitation of proposals for award of a firm-fixed priced contract.

4. COMPETITION STRATEGY - Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply.

5. LENGTH OF AWARD - From date of award through delivery

6. MINIMUM SPECIFICATIONS -
To develop and test a man-portable refrigeration box for blood storage under a firm-fixed fee contract. The system will be designed to meet a number of critical parameters which include durability, real time monitoring of the temp of each blood container and box interior, redundant power sources, and ability to communicate location, inventory and temp to remote base. Each parameter will be fully tested and evaluated as well as feedback from the user community incorporated into the final product. The deliverables for this project, due 31 August 2018, are 2 prototype blood storage containers, an operations manual, and a performance report on both units. Respondents will be responsible for the design and construction of the prototypes, as well as the component testing, final unit testing and contribute to preparation of a performance report and operational manual. Respondents must have the requisite in-house manufacturing capacity and adequate testing facilities. Respondents must have the requisite in-house expertise and design software packages for the characterization of vapor compression heating and cooling systems for use with unconventional free convection or forced convection heat exchangers under unusual operating conditions, and for the characterization of pressure drop in two-phase refrigerant flows that may be influenced by gravitational forces.
The system will be designed to meet a number of critical parameters which include durability, real time monitoring of the temp of each blood container and box interior, redundant power sources, and ability to communicate location, inventory and temp to a remote base. The following is a specification list for the final product to be delivered:
• Have a ruggedized exterior with an external volume that does not exceed 2.5 cu.ft and does not exceed 42 lbs. when fully loaded.
• Be capable of holding fourteen - 450ml units with associated racks, shelving, and temperature probes.
• Maintain a constant and consistent internal temperature of 3.5° Celsius +/- 2.5° (1.0°-6.0° range) when under constant exposure to temperature from -45 to 50 ° Celsius.
• Have an alarm performance threshold of 3.5° Celsius +/- 1.5° (2.0°-5.0° range). Device will alarm when it reaches 2.0° or 5.0° Celsius. Audible alarm will not exceed 65 decibels and must have a tactical setting so that alarm can be turned off easily.
• With RFID or similar technology, monitor supply level in each unit and transmit to common operating picture. Reliably self-sustain temperature under operational conditions (actively in use; lid open/close) for 72 hours using internal power and no connection to external power supply.
• Be compatible with AC/DC and solar power. Batteries will be rechargeable via an external source. Batteries will be hot swappable (with non-proprietary batteries).
• Be capable of maintaining monitoring functionality during internal/external power supply changes.
• Have a display capable of indicating acceptable and unacceptable temperature levels at a glance.
• Include a tactical setting for backlight brightness.
• Monitor the internal temperature of the individual component bags. It will transmit these results to an easy to read/interpret display that shows the last 96 hours in one "at a glance" screen but can also scroll down through the last 180 days.
• Monitor the internal air temperature of the unit as a redundancy to monitoring the component bags. Those results will be transmitted to an easy to read/interpret display that shows the last 96 hours in one "at a glance" screen but can also scroll down through the last 180 days.
• Easily interface with equipment to transmit both component bag temperature and inside air temperature to a networked medical common operating picture.
• Have integrated handles for easy carrying and lifting. Handles should be sturdy enough to function as tie-downs on military aircraft.
• Have attachment points for vertical lift for potential quad copter delivery
• Have rounded internal corners and seams to allow for easy cleaning.
• Have a full-length hinge integrated into the lid.
• Have in-theater replaceable handles, gaskets, hinges, and temperature probes.

7. RESPONSE FORMAT - The Government requires that interested parties, at a minimum, supply the following information, in a Capability Statement using the following format:


I. CONTACT INFORMATION:
a) Name of Company
b) Telephone Number, Fax Number, Address, and e-mail address
c) DUNS Number, business size, CAGE code, and number of employees
d) NAICS code and PSC/FSC code of proposed item/solution


II. COMMERCIALITY OF PROPOSED ITEM
a) Whether service(s) offered/proposed is a commercial service and is customarily used by the general public or non-government entities for the other than Government purposes


b) Whether the service has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.



IV. ROUGH ORDER OF MAGNITUDE (ROM)

V. ADDITIONAL INFORMATION:

In addition to the above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures:

a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued.

b) Proposal evaluation factors.

c) Quality assurance monitoring of contractor performance.
-------------------------

(a) The Government does intend to award a contract on the basis of this solicitation.

(c) This solicitation is issued for the purpose of: awarding a contract.

(End of Provision)


 


yash dega, Phone 2024042418, Email yash.dega@nrl.navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP