REQUEST FOR INFORMATION/MARKET RESEARCH NOTICE
The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is seeking information on the technologies and industry capabilities available to provide the Sieve Pack Assembly in support of the U.S. Army’s Contamination Avoidance efforts.
This is a Request for Information (RFI) being utilized to determine the availability and adequacy of potential sources for planning purposes only. Responses are encouraged from both Large Businesses and Small Businesses in every socio-economic category. Please identify your company’s category in your response.
All responses to this notice are voluntary, and no compensation will be made for your firm’s participation. Since this is a Request for Information/Sources Sought Notice, and not a solicitation for receipt of proposals or quotations, the Government does not encourage questions concerning this market research. Furthermore, the Government is not obligated to issue a solicitation or award a contract as a result of this announcement.
Background
The Sieve Pack Assembly removes excessive moisture and vapor contaminants from incoming air and provides stabilization for chemical agent detection with the Improved Chemical Agent Monitor (ICAM).
There is an export-controlled Technical Data Package (TDP) associated with this procurement, Distribution Code C, which limits access to U.S. Government Agencies and their Contractors. The TDP will only be made available to contractors if/when a solicitation is released.
The TDP is competitive with purchased parts estimated at 10-50% of the total item cost. Design activity and vendors’ drawings and part numbers are indicated in the TDP by CAGE code.
Required Item
Noun: Sieve Pack Assembly
NSN: 6665-01-380-1680
Part Number: 5-15-17033
Production Quantity: 268 Each (EA)
Option Quantity: 268 EA
First Article Testing: Required
NAICS: 334511
RFI Response Requirements
Vendors who believe they have an item capable of meeting the above requirements are requested to submit a short summary to include the firm’s capabilities to supply the requested item (including documentation verifying the described capabilities), the general information listed below, and any other information deemed pertinent by the respondent for Government review.
The summary will need to include the following general information:
- Company name, address and CAGE code (Valid System for Award Management (SAM) registration is mandatory)
- Point of contact with phone number and e-mail address
- Primary NAICS
- Business Size (i.e., Large, Small)
- Business Size Status must be verifiable on SAM.gov.
- Does your firm have a current DD 2345, Military Critical Technical Data Agreement, on file with the Defense Logistics Information Service?
- Summary of the item’s commercial availability including:
- Product Name
- Estimated/current unit cost
- Statement identifying is considered Commercial Off the Shelf (COTS), or currently being used by commercial industry and/or Government
- Provide names and/or examples of users
- Available discounts and the required quantity at which discounts are made available
- Estimated manufacturer production capability, including minimum and maximum production rates by month
- If there are any known significant lead times for materials required in the manufacture of the requested item
- Any current or anticipated data rights assertions/restrictions
- Summary of your firm’s current quality management system and experience with first article testing
- Any factors that will significantly impact costs
It is requested that vendors who have capabilities believed to be suitable as described herein submit electronic copies of their responses and any available product data sheets, related brochures, descriptions, price lists, Technical/Operator Manual(s), associated Safety Data Sheets, or other documentation as available and deemed appropriate. Statements provided regarding your company’s expertise shall include reference to relevant contracts performed, including a description of the scope, quantity manufactured, and contract number. There is a 10-page limit on submissions excluding supporting documentation.
DISCLAIMER
This Request for Information is not a Request for Quotations (RFQ) nor a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Unsolicited proposals will not be accepted. No award will be made as a result of this RFI nor responses received.
The Government is not liable for any costs associated in the preparation or submission of responses to this RFI. Therefore, the Government will not reimburse nor pay for information submitted in response to this RFI. Respondents are solely responsible for any and all expenses associated with responding to this RFI.
All information contained in this RFI is preliminary, subject to change, and is in no way binding on the Government. This RFI will be the basis for collecting information on competencies and capabilities available, and is issued solely for information and planning purposes.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in response to this RFI that is marked “Proprietary” will be handled accordingly. Please also provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this notice. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the Government’s possession will be protected in accordance with the Government’s data rights. Please be advised that all submissions become Government property and will not be returned.
Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. It is the responsibility of the potential offerors to monitor SAM.gov for additional information pertaining to this requirement.
Responses to this RFI shall be submitted electronically no later than 25 July 2025 at 3:00 PM Local Warren, MI time to danielle.r.campbell9.civ@army.mil