The RFP Database
New business relationships start here

SHOWER, SINK, AND LATRINE CONTAINERIZED UNIT


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

MARKET SURVEY REQUEST - SHOWER, SINK, AND LATRINE CONTAINERIZED UNIT:

THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement.


The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Natick Contracting Division is conducting market research to obtain information regarding companies capable of providing all necessary management, resources, and technical expertise to design and build a shower, sink, and latrine containerized unit. The Unit needs to be a closed box-like, single-user structure with a door, overhead lighting, water heater, and the ability to utilize an external HVAC System.


Objective: The Government is seeking companies capable of providing containerized latrine, shower, and sink combined unit that have the following, or equal, features:


a. Design - All units shall be of very rugged design, weather tight, capable of operation over the expected temperature range (approximately -20 degrees F to 120 degrees F), and comply with appropriate military standards. 

b. Performance - All equipment and fixtures shall be designed to withstand heavy duty use, be vandal resistant (i.e. self-closing, self-locking doors to include access doors to gray water and mechanical rooms, no loose or exposed wiring on outside of container, outside lights above normal height, out of reach, and heavy duty).  The idea is that the unit is self-contained and unauthorized access to unit can be controlled easily. 


c. Portability - Must be portable with the ability to relocate individual units.


d. Transportability - The Containerized Unit must be able to be shipped via military transport, and must be capable of withstanding the stresses of normal forklift operation movements.


e. Weather - Must be able to withstand weather, sand, and sea corrosion for extended periods of time, and must have a life cycle of greater than Five (5) Years.


f. Maintenance - Overall maintenance of the units shall be straight-forward. Factors to be considered will include equipment accessibility and complexity, and piping arrangement. Less maintenance requirements, or potential for maintenance needs will be considered more advantageous. Should have the ability to acquire replacement parts quickly and easily.


Administration: The Government will retain comments and information received in response to this RFI. Proprietary information should be identified as Company Proprietary. Do not use Government security classification markings. All written responses must be received by Close of Business (COB) on 5 October 2017. The Government Contracting Officer for this notice is Jessica Ely. Responses should be sent by e-mail to: jessica.l.ely.civ@mail.mil. Material that is advertisement only in nature is not desired.


SUBMITTALS:
Interested parties shall respond by specifying if they have a current commercially fielded product that expressly meets the parameters listed above.


Interested Parties shall submit a short summary (no more than 10 pages total) describing their products' capabilities in each of these areas. Interested Parties shall provide business size status based upon NAICS Code 332311, Small Business Size Standard of 500 Employees, and CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of October 5th, 2017. Interested parties shall submit information in response to this RFI to: Jessica.l.ely.civ@mail.mil.


Responses shall be submitted and received via Email no later than 11:00am EST October 5th, 2017. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered. Questions concerning this RFI may be addressed by contacting: Jessica.l.ely.civ@mail.mil.

All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having products that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.


Please provide information on your organization in the following areas:


1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address.


2. DUNS Number and Cage Code


3. Confirmation of Current Active Registration in System for Award Management (SAM)


4. Primary NAICS Code(s) and Business Size (i.e., small/large)


5. GSA Schedule, If Available


6. Commercial Price List, if GSA schedule is Not Available


7. Product Specific Brochures Literature


PROVISIONS AND CLAUSES:


52.215-3 -- Request for Information or Solicitation for Planning Purposes.


Request for Information or Solicitation for Planning Purposes (Oct 1997)


(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.


(b) Although "Proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.


(c) This solicitation is issued for the purpose of: [state purpose].


(End of Provision)


Jessica L. Ely, Phone 3016198457, Email jessica.l.ely.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP