The RFP Database
New business relationships start here

Platoon Water Purification System


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

THIS IS FOR MARKET RESEARCH PURPOSES ONLY!!! NO SOLICITATION DOCUMENT EXISTS.

Description:


Product Manager, Expeditionary Power Systems (PdM EPS),Marine Corps Systems Command (MARCORSYSCOM) is conducting market research for the potential sources of a Platoon Water Purification System (PWPS). The PWPS will be a transportable system capable of providing potable water from fresh, brackish, and salt water sources in order to support platoon operations.


Potential offerors with the ability to meet the requirements listed below are requested to provide information on their solution as a Microsoft Word Document or Portable Document Format (PDF) File in memorandum format.


T = Threshold
O = Objective

The system must meet the following characteristics:


1. Output: The system must produce 15 gal/hr (T), 35 gal/hr (O) from a water source of 35,000 mg/L (T), 45,000 mg/L (O) and at 60 degrees F (T) 39.2 degrees F (O).


2. Water Standards: The system shall produce potable water as defined IAW TB MED 577 short term potability standards and be complaint with the NSF P-248 if high pressure reverse osmosis is not used.


3. Source Water Turbidity: The system shall be operable and create potable water from water sources with turbidity levels up to 50 Nephelometric Turbidity Unit (NTU) (T=O)


4. Desalination: The system must be able to draw from brackish and saltwater sources. The system shall be able to desalinate water with a salinity of up to 35,000 mg/L (T), 45,000 mg/L (O).


5. Source Water Temperature: The system shall be operable and create potable as previously defined using source water with a temperature range of 32 degrees F to 100 degrees F (T=O).


6. Ruggedness: The system must have a durable, exterior case. System will be resistant so as to avoid damage to the unit and all internal working/maintenance parts while in use and transportation (T=O).


7. Sustainment: The system shall maintain an average material availability rate of 90% (T), 95% (O). The system shall maintain an average operational availability rate of 83% (T), 92% (O).


8. Input Power: System shall not require more than 700 Watts (W) input power (T) 400W (O).


Additional desired characteristics:


1. Water Quality Assurance: The system shall, at a minimum, include test equipment to test for pH, Total Dissolved Solids (TDS), turbidity, chlorine, arsenic, and cyanide.


2. Pump Lift Horizontal: The system shall be able to draw 50 feet (T), 100 feet (O) horizontally from a water source.


3. Pump Lift Vertical: The system shall be able to draw 15 feet(T), 25 feet (O).


4. Pump Lift Combination: The system shall be able to draw 15 feet vertically over a linear distance of 50 feet (T), 25 feet vertically over a linear distance of 100 feet (O).


5. System Set-up Time: PWPS set-up time required to unpack, assemble the unit, and begin operations shall be no more than 30 minutes (T), 10 minutes (O).


6. Size: PWPS dimensions when configured for transport shall be transported by utility variant High Mobility Multi-purpose Wheeled Vehicle (HMMWV) and be compatible with USMC Trailers. System shall fit into two lockable cases (T) or one lockable case (O).


7. Weight: Each case shall not be greater than 112 pounds (T), 62 pounds (O).


8. Portability: Each case shall be stackable with wheels to enable movement across both improved and unimproved terrain including the ability to traverse obstacles up to 6 inches high (T=O).


9. Reliability: PWPS shall have a reliability of 300 continuous hours Mean Time Between Failures (MTBF) with a confidence level of 80 % (T=O).


10. Operational Mission Failures: PWPS shall have expected hours between operational mission failures of 300 hours of continuous use (T), 360 continuous hours (O). A failure is defined as a non-field reparable failure.


11. Repair Time: PWPS shall be repairable with a Mean Time To Repair (MTTR) for operator/crew of 60 minutes (T), 30 minutes (O) and for field level maintainers of 2 hours (T), 1 hour (O).


12. Tool Storage: The system shall be capable of storing all required accessories and mechanics tool kit within the system containers (T=O).


13. Spare Parts Kit: A spare parts and consumable kit shall be provided with the unit needed to support 300 hours of operation (T=O).


14. Power: PWPS shall operate using 24VDC (T=O) as the primary power source and be capable of operating on 120VAC 60 Hz (T=O).


15. Sources of Power: PWPS shall operate off existing USMC power providers including generators, hybrid systems, renewable systems, and vehicles (T). The system shall also operate off of batteries (T) currently in the USMC inventory (O).


16. Energy Efficiency Under Fresh Water Operations: Under freshwater operations, it is expected to see a 35% (T), 75 % increase in production while decreasing the power requirement by 35% (T), 75% (O) without increasing the overall size of the system.


17. User interface: PWPS shall have an accessible and readable analog user interface that is usable in all deployment configurations (T=O).


The Marine Corps is estimated to procure 435 systems. The Request For Proposal (RFP) is expected to be released in 4th Quarter Fiscal Year 2017. The contract is expected to be awarded in 3rd Quarter Fiscal Year 2018. The contract is expected to be a 5 year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract.


REQUEST FOR WRITTEN RESPONSES: No industry day is planned. Responses from interested vendors must be submit their Microsoft Word document(s) or .PDF Document as an attachment via email to Stefanie Conway. EMAIL:  Stefanie.Conway@usmc.mil no later than 30 Jan 2017,1:00 Eastern Time Zone, for consideration.


The following questions MUST be answered within this RFI:


1. Is the item currently available in the commercial market IAW Federal Acquisition Regulations Subpart 2.101?


2. If a commercial item exists, but does not fully meet the above requirements, provide an estimate on when an item would be available to meet the above requirements?

3. Provide an estimated monthly production rate?


4. What is the estimated cost per system?


Cover Page of RFI response should include the following:
1. Business Name
2. Business Size
3. Point of Contact Name
4. Business Address
5. Phone Number
6. Email Address


Responses received after the suspense date and time, may not be entertained. Telephonic responses will not be entertained.



THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.


 


Stefanie Conway, Contract Specialist , Phone (703) 432-3726, Email stefanie.conway@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP