The RFP Database
New business relationships start here

Wash Rack System (WRS)


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

1.      GENERAL INFORMATION.  This Request for Information (RFI) initiates market research under Federal Acquisition Regulation (FAR) Part 10.002(b)(2)(iii) for a Wash Rack System.  The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in FAR Subsection 31.205-18, Bid and Proposal Costs.  Although the term "offeror" is used in this RFI, your response will be treated as information only.  This RFI is not a Request for Proposal, and no solicitation document exists at this time.  Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation.  Responses to this notice cannot be accepted as offers.

2. PURPOSE.  Program Manager Engineering Systems (PM ES), Marine Corps Systems Command (MARCORSYSCOM) is conducting market research to seek potential sources of a Wash Rack System (WRS).  Afloat and Ashore Prepositioning Equipment require the capability to wash and clean equipment during regeneration operations and prior to backload after use in an exercise or contingency operations.  The equipment must be cleaned to pass inspection by U.S. Customs and the U.S. Department of Agriculture in accordance with Defense Transportation Regulation 4500.9 Part V (DoD Customs and Border Clearance Policies and Procedures) and DoD Directive 6050.16 (DoD Policy for Establishing and Implementing Environmental Standards at Overseas Installations).  The WRS would support this capability enabling military equipment (e.g., HMMWVs, trucks, tanks, AAVs, weapon systems, tents, generators) to be thoroughly cleaned.  The heaviest system to be cleaned is a M88A2 recovery vehicle at 140,000 lbs (NSN 2350-01-390-4683), and the largest is a Rough Terrain Container Handler (RTCH) at 591" length and 144" wide (NSN 3930-01-522-7364).  This RFI solicits input from potential offerors in order to refine the WRS requirement in line with current market technology.  Any future solicitation will prefer a commercial or non-developmental approach.

KEY CHARACTERISTICS.  The Government requests information on a WRS with the below Key Characteristics:

            1. The WRS shall be capable of being stored
                in a 20-ft ISO storage container aboard
                Maritime Prepositioning Ships (MPS) with 
                a minimum of a wash ramp being stored 
                in no greater than two 20-ft ISO 
                containers; one container per wash rack or
                an even smaller foot print is preferred.

            2. The WRS should be capable of a minimum
                throughput of 1 vehicle per 30 minutes or 
                48 vehicles per day.

            3. Pressure Washer/Steam Cleaner

§  The cleaner shall provide hot- and cold-water rinses to remove dirt, grease, and heavy oil deposits.  The cleaner shall be designed for use with liquid cleaning compounds.

§  The cleaner shall operate at air temperature range from 35 to 125 degrees Fahrenheit and a relative humidity range of up to 100%.

§  The cleaner shall operate on a fresh water supply over a supply water pressure range of 15 to 125 psig.

§  The cleaner shall provide a Steam Wash Mode capable of: no less than 312 gph, no less than 250 degrees Fahrenheit, and no less than 3,500 psig. 

§  The cleaner shall provide a Hot Water Spray Mode capable of no less than 312 gph, and no less than 3,500 psig.

§  The cleaner shall provide a Cold Water Rinse Mode capable of: no less than 312 gph and no less than 3,500 psig.

§  The cleaner shall be capable of accepting ¾", 1", 1 ½" and 2" water-supply lines.

§  The cleaner shall be equipped with delivery hoses of minimum length of 50 ft. The delivery hoses shall be self-draining to protect from freezing.

§ The cleaner shall provide two delivery wands allowing two operators to clean simultaneously.  Discharge from the delivery wand shall be controlled by the operator.  In addition, the WRS shall include two delivery wands as spares.

§  The cleaner shall be capable of sustaining a minimum flow rate of 25 gpm through each delivery wand each with a minimum output pressure of 90 psig. 

§  The cleaner shall be furnished with delivery and detergent nozzles.

§  The cleaner shall operate off of JP-5/8 as the primary fuel source.  

      4.        Vehicle Ramp/Rack

§  The WRS shall be equipped with vehicle ramp/racks providing adequate clearance to give complete access to the undercarriage for washing and inspection.

§  The Ramp/Rack system shall be of non-corrosive material.

§  The Ramp/Rack system shall not exceed 30K lbs per container including weight of container.

§  The Ramp/Rack system must accommodate non-padded track vehicles such as D7 Dozers.

§  The Ramp/Rack system shall support a load capacity of 160,000 lbs. 

5. Waste Discharge Reclamation System

§  The WRS should provide a water-recycle system in which rinse water is captured, filtered, circulated and reused.  

3.      FORM OF SUBMISSION.  The Government requests a written capabilities document (hereinafter White Paper) from potential offerors capable of addressing the feasibility of the Key Characteristics detailed in this RFI, which express the preferred solution for a WRS.  If such a solution is impractical, the White Paper should address the specification challenges, alternative solutions (if any), and performance tradeoffs. White Papers should also address the following:



Feasibility of performance characteristics
Production capability, quality assurance, and delivery schedules
Maintenance and warranty
Whether the WRS is available on the GSA schedule or under another DOD contract
Pricing/ROM and availability/schedule for 1 to 30 systems
System Safety
Physical footprint
Training package and level of training to operate/maintain.

4.      ADMINISTRATIVE INFORMATION.  Offerors should not submit any competition-sensitive or proprietary information.  Offerors that elect to submit competition-sensitive or proprietary information, however, bear sole responsibility for appropriately marking said information to best ensure Government safeguarding.  

Written responses must be submitted as a Microsoft Word document(s) or .PDF Document via email to Mr. Jamie Fullinwider at Jamie.Fullinwider@usmc.mil due no later than 17 Nov 2017, 10:00 AM EST. 


5.   SUMMARY. This is a Request for Information (RFI) only.  The information provided in the RFI is subject to change and is not binding on the Government.  The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become Government property and will not be returned.



 


Jamie Fulllinwider, Contract Specialist, Phone 7034325775, Email jamie.fullinwider@usmc.mil - 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