THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR part 10, Market Research and FAR part 19, Small Business Programs. This is for planning purposes only.
Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response.
INTRODUCTION: The contractor shall provide the following:
1. LRIP Water-Power Harvester.
- Reverse Osmosis (RO) system rated at no less than 16 gallons/hour for fresh, brackish, or salt-water purification and Atmospheric Water Generator (AWG) rated at no less than 12-30 gallons of water/day from the air.
- Internal water tank (12+ gallon).
- Software upgrades for no less than 12 months
- Integrated potable and pressurized water tank
- Power Option: 12 to 48 DC, 1-phase 120/240, 208/400 VAC, 60/50 Hz
- Power pack: 24V/600A/TBD kW, Batteries are NSWC-Carderock MilSpec Lithium-Ion approved
- Solar Array Connection/Connector
- Reverse Osmosis (RO) system rated at 16+ gallons/hour for fresh, brackish, or salt-water purification
- UV LED lights for reducing microbial growth in external holding tanks
- Production based on 80o F at 60% RH;
- Internal data-analytics package.
- Color: Green or tan. Both options are acceptable.
- Mangrove Dimensions:
- · AWG Module: 40" W x 48" L x 23" H, 250 lbs.
- · RO Module: 40" W x 48" L x 30" H, 275 lbs.
- · Power Pack Module: 40" W x 48" L x 14" H, 325 lbs.
- · Booster Pump: 20" W x 17" L x 14" H, 40 lbs
2. Mangrove KIT – 500-gallon water bladder, tool kit, extra pressure pump motor, connectors, hoses, air and water filters, clamps, booster pump motor, UV light, and TDS meter, floater for hose.
3. Training site visit, no less than one day, to be scheduled after delivery
INSTRUCTIONS: All businesses capable of meeting the requirements listed per the attached item list are invited to respond electronically. All responses shall include the following:
a. Capabilities statement: Shall include company name, address, DUNS number, CAGE code, point of contact with email address and telephone number.
b. Business size and any additional socio-economic categories (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 221310 with a size standard of $41.0M. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice.
c. A positive statement of intent to bid as a prime contractor.
d. Any current government contract vehicles that may be utilized to procure this requirement.
e. Statement of Capabilities are limited to 5 pages and should demonstrate capability to provide the requirement.
Responses must be received no later than June 18, 2025, and be addressed to the Contract Specialists, SrA Alyssa Larson and A1C Emmanuel Okindo.
LIST OF ATTACHMENTS: