The RFP Database
New business relationships start here

Expeditionary TRICON Systems (ETS)


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

The U.S. Army Soldier Systems Center, Product Manager Force Sustainment Systems (PM-FSS), Natick, MA is conducting Market Research regarding industry's interest and capability of producing Expeditionary TRICON Systems (ETS's) and performing the associated Integrated Logistics support for technical manual development and the development of engineering change proposals (ECP's).


Sources Sought Number: PMFSS-ETS-RFI2019


Synopsis:


This Sources Sought Request for Information is part of that market research, which may assist the Government in developing future procurement strategies for a potential follow on ETS contract. This is a Request for Information (RFI) Sources Sought Synopsis announcement, a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This RFI is released pursuant to FAR 15.201(e). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis, any follow-up information requests, or subsequent Requests for Quotes/Proposals. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry.


The U.S. Army Soldier Systems Center, Product Manager, Force Sustainment Systems (PM-FSS), Natick, MA is conducting Market Research regarding industry's interest and capabilities in the production and manufacturing of Expeditionary TRICON Systems (ETSs) and performing the associated Integrated Logistics support for technical manual development and the development of engineering change proposals on a Single Award Firm Fixed Price Indefinite Delivery Indefinite Quantity Type Contract.


The ETS's consist of Expeditionary TRICON Latrine System (ELS), Expeditionary TRICON Shower System (ESS), and Expeditionary TRICON Kitchen System (ETKS) integrated into expandable shipping containers (TRICONS) measuring 8'x 8'x 6.5' in the transport configuration. Each system has a complete Technical Data Package supporting a "build-to-print" effort. The government anticipates purchasing as many as 10 to 30 of each system annually. Offerors must have storage capacity for raw materials and finished products.


ELS: Capabilities: Provides capability for latrine services for 75 soldiers with individual privacy and increased sanitation.


Description: 4 low-water flush toilets w/ privacy stalls, 2 urinals, 2 sinks w/running water, external ejector pump, external supply pump, mirrors, two commercial heater/AC units to regulate internal temperature w/ 2 fans to provide ventilation, and dispensers for toilet paper, paper towels and soap. Interface requirements: Power and water connections to accommodate interface to the Force Provider Base Camp. Size: 8'x 8' x 6.5' in shipping configuration, (18' x 6.5' x 8' when deployed) expandable TRICON Container. Weight: 8,000 lbs. 2 units per expeditionary base camp


ESS: Capabilities: Provides a clean environment for soldiers to shower w/privacy. Each shower stall has individual controls for adjusting water temperature. Accommodates 75 with a 10 minute shower during a 20-hour operating day.


Description: 4 shower stalls, external ejector pump, external supply pump, connected to an AWH 400 water heater (not included), 4 sinks, two commercial heater/AC units to regulate internal temperature.
Interface requirements: Power and water connections to accommodate interface to the Force Provider Base Camp.
Size: 8'x 8'x 6.5' in shipping configuration, (18' x 6.5' x 8' when deployed) expandable TRICON Container. Weight: 8,500 lbs 2 units per expeditionary base camp


ETKS: Capabilities: Feeds 150 personnel per meal using Unitized Group Ration A meals plus supplements and enhancements. Additional capabilities and menus are inherent in the design. The ETKS meet requirements and conditions of the National Sanitation Foundation (NSF) at http://www.nsf.org/. Prepares, cooks, and serves 150 Meals three times per day while providing capability for the cleaning and sanitization of cooking equipment.


Description: One half size convection oven, One Steam and Hold Oven, one 2-1/2 gallon capacity steam jacketed kettle, one under-counter 20 cubic foot refrigerator, one 3-well sanitation center meeting National Sanitation Foundation (NSF) requirements at http://www.nsf.org, two 412 square-inch electric griddle, and environmental control and ventilation with grease filtration maintaining internal temperatures of 60 - 90F with exterior temps of 33 - 120F.
Interface requirements: Power and water connections to accommodate interface to the Force Provider Base Camp
Size: 8'x8'x 6.5' in shipping configuration, (18' x 6.5' x 8' when deployed) expandable TRICON Container. Weight: 8,500 lbs. 1 unit per expeditionary base camp



All interested firms and manufacturers, regardless of size, are encouraged to respond to this request for information. Information submissions should include but not limited to:


(1) Company name, address, point of contact, telephone number, and email address.
(2) Available technology.
(3) Product literature and illustrations.
(4) Relevant company background/experience.
(5) Experience designing systems to meet performance specifications and configuration control.
(6) Experience developing technical manuals.
(7) Existing quality assurance program (minimum of ISO 2001 compliant).
(8) Recent unit prices of the products presented in the vendor's response.
(9) NAICS Code and whether or not vendor is a small business (include number of employees).
(10) Type of Business Community member (e.g., Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), Historically Black Colleges and Minority Institutions (HBCU/MI)), under the North American Industry Classification System (NAICS) code 332439 which equates to SIC code 3499 with a size standard of 500 employees.
(11) Offerors must provide salient characteristics/ technical specifications (existing product literature will suffice) on any systems they have built that are similar to the subject systems requested herein.
(12) Offerors must be able to produce ALL four systems discussed in this announcement. Offeror must be able to perform the logistics efforts associated with each system (E.G., full technical manual generation and Engineering Change Proposal creation). Provide a discussion on how offeror plans to furnish the items. Discuss the network of subcontractors, if used, to meet the required quantities of items in each package.
(13) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and Joint-Ventures and other teaming arrangements are acceptable and encouraged.


Questions in regards to this RFI shall be directed to Michael Quinlan (michael.j.quinlan3.civ@mail.mil) with the subject line "PM-FSS-ETS-RFI2019 Questions - ADD YOUR COMPANY NAME".


Responses to this RFI are to be provided via email to Michael Quinlan (michael.j.quinlan3.civ@mail.mil) with a size limitation of 4MB and must be received NLT 5:00 p.m. EDT on 23 April 2019. All submitted packages shall be free of any computer virus. If a virus is found, the package will be destroyed and a replacement will be requested, which must be provided within three days after notification. Responses shall be sent as an email attachment with the subject line "PM-FSS-ETS-RFI2019 Response - ADD YOUR COMPANY NAME".


*NOTE: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it.


*NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This notice is not a confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. Responses to the RFI will not be returned. All information received in response to this RFI that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for information, market research and/or planning purposes only and does not constitute a solicitation.


Michael Quinlan, Contract Specialist, Phone 508-233-6132, Email michael.j.quinlan3.civ@mail.mil - Jason A. Bullen, Contracting Officer, Phone 15082336196, Email Jason.A.Bullen.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP