The RFP Database
New business relationships start here

Squad Water Purification System


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

 
REQUEST FOR INFORMATION ONLY!



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


Description:


Program Manager, Engineer Systems (ES), Marine Corps Systems Command (MARCORSYSCOM) is conducting market research for the potential sources of a Squad Water Purification System (SWPS).


The SWPS will be a man transportable system capable of providing potable water from fresh and brackish sources as well as facilitate the removal/reduction of Toxic Industrial Chemicals / Toxic Industrial Materials (TIC/TIM) in order to support dismounted operations.


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


The minimum acceptable performance threshold requirements are indicated with the word "shall" throughout the text.  Capabilities that are objectives rather than mandatory are noted using the words "desired" or "desirable."   


The system must meet the following characteristics:


1. Salient Physical & Operational Environment Characteristics.


1.1 Scalability & Weight. The system shall be scalable in nature to allow the end user to configure it for their environment. The system shall not consist of more than four (4) components. No component shall weigh more than five (5) pounds each.   


1.2 Size. No component shall exceed that which cannot be carried inside the USMC Pack's Assault Pack Front Pocket (12"x12"x4.5" / 650in3).  It is desired that no component shall exceed that which cannot be carried inside one (1) of the USMC Pack's Sustainment Pouches (9"x4"x12" / 450in3).


1.3. Noise & Signature. The system's components shall not produce noise above 15 decibels at three (3) meters. All components shall be non-reflective, coyote tan 498 and non-infrared reflective. The system shall not produce visible light.


1.4 Durability. The system's components shall remain operational after being subjected to a 6 foot drop to concrete and 300lbs dynamic and static compression while dry.


1.5 Storage Temperature. The system's components shall not be susceptible to damage when subjected to extended exposure ranging from -30º degrees Fahrenheit (ºF) to 160ºF.


1.6 Operating Air Temperature.  The SWPS shall be capable of being setup, maintained, and operated under air conditions at 35°F to 120°F at sea level.  The SWPS shall operate at air conditions of 35°F to 95°F at 4,000 feet.


1.7 Set-up/Tear-down Time. The system shall require no longer than five (5) minutes, regardless of water source, to set-up or tear-down.


1.8 Light Requirement. The system shall not require a light source to set-up, tear-down or operate.


1.9 Filter Replacement. The system's filter elements shall be able to be replaced within five (5) minutes and require no tools or light sources.


1.10 Interoperability with Uniform Items. The system's components shall be able to be assembled/disassembled and serviced with USMC standard issue gloves.


1.11 Intake Particulate Filter. The system's intake shall have a filter to prevent the intrusion of particulate matter into the system.  


1.12 Corrosion Resistant Materials.  The system's components shall be resistant to corrosion, moisture, fungus, and oxidation which affect its performance levels or life expectancy.


1.13 Safety. The system's components shall "fail safe" in a manner that ceases production or provides a tactile indicator that the component needs to be replaced.


1.14 Training.  Operation and maintenance of the SWPS shall require no training beyond a Quick Card. The Quick Card shall include system capabilities/characteristics, set-up/tear-down procedures, operation, maintenance, and safety.


2. Source Water Characteristics & Production


2.1 Water Temperature. The system shall be able to produce potable water from all sources at a temperature range of 32ºF to 100ºF.


2.2 Freshwater. The system shall be capable of purifying a minimum of 270,000 ounces without filter change from freshwater consisting of up to 1,000 mg/L Total Dissolved Solids (TDS), removing cysts, protozoa, bacteria, and viruses without chemical treatment as well as reducing turbidity up to 50 Nephelometric Turbidity Unit (NTU).  


2.2 TIC/TIM Removal.  The system shall be capable of removing/reducing TICs and TIMs and radiological contaminants such as those identified in the Long-term potability military standards of TB MED 577 from a minimum of 1,700 ounces of water in a "flow through" manner without filter change.


2.3 Brackish Water.  The system shall be able to produce a minimum of 1,700 ounces of water from brackish sources consisting of 1000 to 5,000 mg/L of TDS without filter change.


3. Flow Rates.


3.1 Freshwater Sources.  The system shall produce a minimum of 80 ounces per minute from freshwater.


3.2 Freshwater Sources Containing TIC/TIM.  The system shall produce a minimum of 60 ounces per minute from freshwater sources containing TIC/TIM.


3.3 Brackish Water Sources. The system shall be capable of producing a minimum of 40 ounces per minute from brackish water sources.


3.4 Brackish Water Sources Containing TIC/TIM.  The system shall be capable of producing a minimum of 30 ounces per minute from brackish water sources.


4. Power Requirements.


4.1 Freshwater Filtration. The system shall require no power to produce potable water from freshwater sources.


4.2 TIC/TIM Filtration.  The system shall require no power to filter TIC/TIM.


4.3 Brackish Water.  It is desired that the system require no power to produce potable water from brackish sources. If power is required, it shall be rechargeable, indigenous to the Marine Rifle Squad (i.e.: "BB-2590/U") and capable of filtering a minimum of 1,700 ounces of water without recharging.  


REQUEST FOR WRITTEN RESPONSES: 


No industry day is planned.  Interested vendors should submit their Microsoft Word document(s) or PDF Document as an attachment via email to Contract Specialist Christopher Cox at christopher.cox1@usmc.mil no later than 11 July 2019, 10:00am Eastern Time Zone.


In addition to illustrating the ability to meet the performance requirements, the following questions must also be answered within this RFI:


1.  Are a minimum of two (2) production samples available for evaluation via bailment that meet some or all of the requirements of this effort? If not, provide an estimate as of the posting of this RFI on when production samples can be made available via bailment.


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


3.  What is the estimated cost per system? Please provide a estimated step ladder pricing to support large quantity purchases.

 

Cover Page of RFI response should include the following:

 

1.      Business Name

2.      Business Size/type

3.      Primary NAICS Code

4.      Point of Contact Name

5.      Business Address

6.      Phone Number

7.      Email Address


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.


Christopher J. Cox, Contract Specialist, Email christopher.cox1@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP