Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2020 SAM #6934
SOURCES SOUGHT

41 -- Request for Information-9/18/36K BTU/H Improved Environmental Control Units (IECUs)

Notice Date
11/21/2020 7:09:41 AM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY21RFI0001
 
Response Due
12/11/2020 12:00:00 PM
 
Archive Date
12/26/2020
 
Point of Contact
Jeananne Russell, Jason A. Bullen
 
E-Mail Address
Jeananne.M.Russell.civ@mail.mil, Jason.A.Bullen.civ@mail.mil
(Jeananne.M.Russell.civ@mail.mil, Jason.A.Bullen.civ@mail.mil)
 
Description
Synopsis: This is a Sources Sought Notice/Request for Information (RFI) notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. (PdM-FSS-IECU-RFI). The U.S. ACC-APG, Natick Division (ACC-APG Natick) on behalf of Product Manager Force Sustainment Systems (PdM FSS), located at the Natick Soldier Systems Center intends to issue a competitive solicitation under the authority of FAR Part 15, for the 9/18/36K BTU/H Improved Environmental Control Units (IECUs). Product Manager, Force Sustainment Systems (PdM FSS) is conducting market research regarding industry's interest and capability to manufacture four (4) variants of the IECU; 9K BTU/H single phase, 18K BTU/H single phase, 18K BTU/H three phase, and 36K BTU/H three phase. The Government intends to acquire all variants in accordance with a �build-to-print� Technical Data Package (TDP). �These family of IECUs have been acceptably manufactured using this TDP.� The 9/18/36K BTU/H IECUs are the replacement for the current Military Standard (MIL-STD) Family of ECUs. The new Family of IECUs are designed to operate with R-410A refrigerant to comply with statutory and regulatory restrictions on the use of Class II Ozone Depleting Chemicals (ODCs). The IECUs are form, fit, and function replacements for the current MIL-STD Environmental Control Units (ECUs) and capable of interfacing with the broad range of shelter systems, fielded power generation systems, and other field applications. Contract Strategy: The Government intends to award a Firm-Fixed-Price (FFP) contract for production of the family of IECUs. There is the potential to award multiple contracts during the initial phase of the effort. At this time, it is anticipated that the cumulative annual production rate of all variants will total between 200 and 300 units/year.� The Government will provide the existing TDP for production.� In addition to manufacturing expertise, an in-house capability for product improvement and value engineering is required. Any company ultimately building IECUs must be prepared to address inevitable issues such as parts obsolescence, vendor specifications changes, and unanticipated failures in testing. Proposed design changes may be entertained or solicited during production as determined by the Government. � Industry Day: Prior to the submission of proposals, the Government plans to host an industry day. The purpose of the industry day is to provide technical information to prospective bidders in addition to gathering information for the Market Survey. The location(s) and other scheduling details of this event are to be determined. The opportunity for individual question and answer sessions will be provided to candidates participating in the Industry Day. � Technical Information: � The IECUs are compact, environmental control units designed for the tactical military environment. They are able to operate under extreme temperatures and are compatible with sensitive electronic equipment. These systems have unique refrigeration circuits and controls to allow low-ambient cooling operation and to limit the inrush (surge) of current during normal operation and system cycling. The units have protective circuits to prevent damage during periods of extreme environmental conditions and to limit functional damage in case of minor faults. The systems are capable of being operated and maintained by Soldiers wearing the full range of protective clothing up to and including MOPP IV.� The 9K BTU/H IECU operates on 115 VAC, single-phase, 50/60 hertz electrical power. The 18K BTU/H IECU has two variants: The 18K BTU/H single phase IECU operates on 230 VAC, single-phase, 50/60 hertz; and, the 18K BTU/H three phase IECU operates on 208 VAC, 3-phase, 50/60 hertz electrical power. Any reference to 18K BTU/H IECU includes both 18K variants unless a particular variant is specified. In the context.� The 36K BTU/H IECU operates on 208 VAC, 3-phase, 50/60 hertz electrical power The palletized 9K, 18K, and 36K units are transportable by all modes of transportation. The reduced weight of the IECUs lessen the logistical and manpower burden compared to equivalent capacity legacy ECUs. �Standard forklifts can be used to transport and position the 9K, 18K, and 36K units. The 36K unit is outfitted with lift provisions for positioning by crane assets. The 9K and 18K units are outfitted with handles and can be lifted/positioned manually with the appropriate number of personnel. Instructions for RFI Response: All interested firms and manufacturers, regardless of size, are encouraged to respond to this RFI. Information submissions should include: Manufacturing capability and capacity to produce IECUs in accordance with the Government supplied TDP. Relevant company background and experience related to ECUs, especially design and/or manufacturing of ECUs for military applications. Relevant product literature and illustrations. Pricing information for company's products similar to the IECU variants in quantities of 1-10, 50 100, and 250-500 systems. Description of the existing quality assurance program. Ability to perform product improvement and value engineering. Availability and experience using SolidWorks and AutoCAD design software. Ability to develop technical drawings and CAD models to Government standards. Ability to maintain and update a TDP, including configuration control. � Ability to produce product support packages (e.g., military technical manuals, and provisioning, safety, and training documents, etc.). Capability for in-house testing; e.g., capacity, high temperature, in-rush, reliability. NAICS Code and whether company is a small business (include number of employees). Interest in the potential opportunity to lease sample hardware and whether it provides sufficient value for the bidder in addition to having the TDP and TM and access to the hardware at the Industry Day. All submissions must be received NLT 3:00 p.m. EST on�11 December 2020. Responses to this notice shall be submitted via email to the points of contact listed below. The subject line of all emails should include the words �9/18/36K BTU/H IECU Sources Sought Notice. The timing of the answers will be dependent upon the specifics of the questions. All information supplied will be considered confidential, unless otherwise specified or available from other sources without restriction.� Technical Document Information: The 9/18/36K BTU/H IECU Technical Data Package (TDP) will be provided along with the associated draft Technical Manuals (TMs) and pictures of the systems as part of the solicitation. At this time it is the Government�s intention to provide electronic access to the TDP for review prior to the solicitation at a time to be determined. 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.� Points of Contacts: Contracting: Army Contracting Command - Aberdeen Proving Ground (ACC?APG), Natick Contracting Division (NCD), Jason Bullen, Jason.A.Bullen.civ@mail.mil and Jeananne Russell at Jeananne.M.Russell.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46721edd96ea4ac2834c641ff942a65b/view)
 
Record
SN05858460-F 20201123/201121230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.