Florida Bids > Bid Detail

Vehicle-Mounted Water Production on the Move

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 25 - Vehicular Equipment Components
Opps ID: NBD00159356666939068
Posted Date: Dec 13, 2022
Due Date: Jan 31, 2023
Solicitation No: N61331-23-SN-Q06
Source: https://sam.gov/opp/f1fa49c371...
Follow
Vehicle-Mounted Water Production on the Move
Active
Contract Opportunity
Notice ID
N61331-23-SN-Q06
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 13, 2022 01:02 pm CST
  • Original Response Date: Jan 31, 2023 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2590 - MISCELLANEOUS VEHICULAR COMPONENTS
  • NAICS Code:
    • 336211 - Motor Vehicle Body Manufacturing
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description

REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT



FOR



VEHICLE-MOUNTED



WATER PRODUCTION ON THE MOVE





Purpose



The Naval Surface Warfare Center Panama City Division (NSWC PCD), on behalf of the United States Marine Corps (USMC), is performing a market survey of current and developmental systems and components to fulfill the requirement for a lightweight, vehicle-mounted, water-producing capability. The system shall be installable on Marine Corps Light and Medium sized tactical vehicles and operable while they are on the move.



By supporting this effort, you will be enabling the USMC to better define current technical capabilities and establish requirements for future acquisition decisions. Information provided to NSWC PCD and the USMC will not be shared or distributed beyond other U.S. Government agencies without express written consent of the provider. It is desired that you fill out and return the attached form for each of your products relevant to this topic.



Description



This market survey is intended to:



a) Assess the availability of current commercial product lines and capabilities.



b) Assess industry’s capabilities to develop and produce a notional water production capability, as described herein.





For the purposes of this market survey, Water Production on the Move is any modular water-producing system that can produce potable water while a) the vehicle is being driven/operated under highway, secondary road, and/or cross-country conditions, and/or b) idling under tactical conditions.



The water source for potable water collection, production, and storage can be any naturally-occurring environmental conditions (condensation, humidity, etc.), or any of the byproducts of emissions produced by operating the vehicle (exhaust gases, air conditioning (A/C) drains, etc.).



The system shall be sufficiently scalable and modular to permit integration and operability from a variety of tactical utility vehicles to include, but not limited to: the family of Joint Light Tactical Vehicles (JLTV).



The notional requirements for the Water Production on the Move system are as follows:




  1. The system shall be capable of being rapidly installed onto the host tactical vehicle by vehicle crewmembers and/or maintenance personnel organic to the host unit.

  2. The system shall be designed to be operated and maintained by any user.

  3. The system shall (as an objective) be powered by a 12-volt or 24-volt supply, as typically available from the host vehicle platform.

  4. The system shall (as a threshold) be powered by a diesel engine not organic to the host vehicle; the engine must operate within the same type and range of fuels utilized by the host vehicle.

  5. The system shall be small enough to permit mounting and stowage into/onto the host vehicle with minimal to no impact on the cargo stowage capacity of the host vehicle.

  6. The system shall have integral tie-down/securing provisions to permit securing inside the cargo bed or storage area of the host vehicle.

  7. The installation of the system shall not require any permanent modifications to the host vehicle.

  8. The system shall be installable with tools organic to the vehicle or General Mechanics Tool Kit (GMTK).

  9. The system shall have no impact on vehicle driver visibility when deployed in its “on the move” capability.

  10. The system shall (as an objective) have 10 gallons of internal storage capacity for produced potable water.

  11. The system shall (as a threshold) have 5 gallons of internal storage capacity for produced potable water.

  12. The system shall have inherent water filtration, treating, and processing capabilities to make the produced water suitable for human consumption.

  13. The system shall (as an objective) have integrated means to test the water quality of the produced water prior to dispensing.

  14. The system shall (as a threshold) include means to test the water quality of the produced water after dispensing.

  15. The system shall have a means to dispense/pump the produced potable water to canteens, small containers, and individual hydration packs (e.g. CamelBak®).

  16. The system shall have lifting and handling features to permit the rapid removal and installation from one vehicle onto another vehicle.

  17. The system shall be able to be installed and carried by two personnel.





Responses



Responses to this RFI should include supporting materials that provide a demonstration of your company’s capabilities and experience. For costs, please provide any applicable quantity discounts. The following information is requested (indicate if the information is an estimate or actual).




  1. Product Description (including key features/functionality)

  2. Key Technology Description

  3. Physical Characteristics / Electrical Characteristics

  4. System Safety

  5. Product History

  6. User Interface

  7. Product Maturity

  8. Cost

    1. Cost of operation and maintenance over one year, including number and cost of replacement parts such as filters or UV lights.







Responses should be prepared using the form attached to this announcement. Please e-mail this form with any supporting pictures or attachments to brandon.d.hayes11.civ@us.navy.mil NSWC Panama City requests your responses by 31 January 2023. Questions can be submitted electronically to brandon.d.hayes11.civ@us.navy.mil.





The technical point of contact is Emily Kiehn, NSWC PCD Code E33, (850) 867-5263, emily.l.kiehn.civ@us.navy.mil.



Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the express written consent (permission) of the provider. Your assistance in supporting this effort will enable the USMC to define well-informed requirements and will greatly improve the efficiency of future acquisition and developmental efforts. Please ensure any supporting documentation does not exceed 6MB and 10 pages.



All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.





This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement.



NAICS Code: 336211



FSC Code: K023/2590





-END-









Response Form



Announcement Number:



Vehicle Mounted Water Production On-The-Move Market Survey





1. Company Name, Address, Technical POC





2. Product Description (including key features/functionality, water filtering capabilities)





3. Key Technology Description being applied





4. Physical Characteristics / Electrical Characteristics





5. System Safety





6. Product History





7. User Interface





8. Product Maturity





9. Cost



a. Operation and Maintenance Cost Over One Year


Attachments/Links
Attachments
Document File Size Access Updated Date
N61331-23-SN-Q06 Response Form.docx (opens in new window)
13 KB
Public
Dec 13, 2022
file uploads

Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 13, 2022 01:02 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >