SOURCES SOUGHT NOTICE
INTRODUCTION
The Government is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a Portable High-Speed Deluge System at Fort Riley, KS.
THIS IS A Sources Sought Notice ONLY. The Fort Riley Mission and Installation Contracting Command (MICC) Office is issuing this source sought synopsis as a means of conducting market research to procure information on a Portable High-Speed Deluge System on a small business set aside basis, provided 2 or more qualified small businesses respond to this source sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this Sources Sought Notice and further market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
PLACE OF PERFORMANCE
Location: Fort Riley, KS 66442 On-Site
Government: 100%
DISCLAIMER
"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A COMPETITIVE SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT WIDE POINT OF ENTRY."
REQUIRED CAPABILITIES
The Contractor shall provide a portable, high-speed deluge system for ammunition and explosives safety, including procurement, delivery, and initial setup. The Army requires systems that meet or exceed applicable standards, specifically UFC 3-600-01, DA PAM 385-64, and NFPA 15. This includes ensuring the system is readily deployable to support ammunition storage and handling operations across Fort Riley, and potentially for remote training site support as needed.
The desired system should possess the following salient characteristics:
- System response time less than 100 milliseconds
- 2 High Speed UV/IR detectors with 20 foot cables and swivel clamps
- 4 CPF-74B pilot operated valves with 20 foot hoses and swivel clamps
- Single or dual zone operation
- Electrically supervised control circuits for detection, solenoids and monitoring devices
- Visual and audible fault indications for low water pressure, low water level, RAM/detector fault, low battery condition
- "System Ready" and AC Power indication
- Self-contained, 120 gallon water tank pressurized by an on board nitrogen supply
- Uses RAM modules for Solenoid operation with one button or automatic reset
- Nozzle flow rate of 25 GPM per nozzle
- Swivel castors and forklift guides for transport
- Dimensions: length-65", width-36", height-54"
- Weight (full water tank): approximately 1,300 lbs
- Uses on-board 24VDC power supply or can be plugged into 110-220 VAC
- Meets requirements of Class I, Div II, Groups C and D, plus Class II, Div II, groups E, F, and G.
If your organization has the potential capacity to provide this service, please provide the following information:
- Organization name, address, email address, website address, telephone number, size and type of ownership of the organization, UEI of pending or active SAM.gov registration.
- Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administration and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to:
- Provide labor, equipment, and technology consistent to those described in this notice and otherwise anticipated.
- Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully provide requirements.
ELIGIBILITY
The applicable NAICS code for this requirement is 332912, Fluid Power Valve and Hose Fitting Manufacturing with a Small Business Size Standard of 1,000 employees. The Product Service Code is 1398. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
The contract type is anticipated to be Firm Fixed Price.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, because there is no goal/target requirement for a small business. There is no requirement for a subcontracting plan in which goals/targets would be stipulated. A small business must comply with the limitations of subcontracting clause which is distinct from a subcontracting plan. This requirement would only be effective at the time of a firm’s response to an Issued Solicitation and is not practical for evaluation, assessment or consideration during a sources sought. A sources sought notice is intended to Enhance Market Research and not intended as a detrimental tool or sword to cutoff a small firm by Evaluating the responses to a sources sought notice as if they were responses to the Governments’ Issued Solicitation.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Robert Sanchez, in either Microsoft Word or Portable Document Format (PDF), via email: robert.l.sanchez3.civ@army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.