Search Contract Opportunities

Tank Rack Module (TRM) Retail Capability Upgrade

ID: PANDTA-21-P-0000-008754 • Type: Sources Sought

Description

Sources Sought Notice: Tank Rack Module (TRM) Retail Capability Upgrade

The Government plans to award a new Firm- Fixed-Price (FFP) contract action for an upgrade to the existing M107 TRMs.

The Modular Fuel System Tank Rack Module (MFS-TRM) is a key enabler for petroleum distribution within the Brigade Combat Teams, Support Brigades and Composite Supply Companies. It enables these organizations to carry and distribute the required days of fuel supply while minimizing trucks and personnel.

The MFS-TRM is a 2,500 gallon fuel distribution system that enables retail & bulk operation by storing, transporting, and issuing fuel. The MFS-TRM provides the ability to rapidly establish a retail fuel distribution and storage capability at any location regardless of the availability of construction equipment or material handling equipment. A stand-alone retail capability consists of a 20-Gallons per Minute (GPM) pumping assembly, a filter separator, and a flow meter providing clean fuel and retail accountability. A PLS or HEMTT-LHS vehicle towing a PLS Trailer can transport two TRMs, one on the truck and one on the trailer, for a total of up to 5,000-gallons. The TRM can also connect with other TRMs and the MFS Pump Rack Module to form a bulk and retail capable fuel farm.

The subject effort will include the three phases outlined below:

Phase 1 Non-recurring Engineering (NRE). Required to develop an Engineering Change Proposal (ECP) to upgrade the M107 TRM's Pump from the existing 20 GPM to a 35 GPM capability.

Phase 2 Logistics Products. The development of logistics products include Engineering Data for Provisioning (EDFP), an update or revision to the -10 Operator Manual, an update or revision to the -23 Field Maintenance Manual, Instructional Media (IMI) training material, and instructions in the form of a Modification Work Order (MWO) required to implement the changes in the field.

Phase 3 Implementation. Leveraging the above-mentioned ECP and MWO, the interested contractor will be responsible for the acquisition of the necessary hardware and application to the M107's currently fielded to various US Army installations using Field Service Representatives (FSR). There are currently 800 M107 TRMs in the fleet, of which, 235 are located Outside the Continental United States (OCONUS). The remaining 565 M107 TRMs are located in the Continental United States (CONUS). This effort will require the contractor to utilize United States Government (USG) facilities to apply the necessary modifications to the M107.

DRS Sustainment Systems, Inc. (DRS) is the developer and Original Equipment Manufacturer (OEM) of the M107; Isometrics is the OEM of the M107A1. The Government does not own the Technical Data Package (TDP) for either configuration.

GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this sources sought notice. The U.S. Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as "confidential" under this statute. (To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY.") Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e. g. trade secret) restrictions placed on qualifying data forwarded in response to the sources sought notice and to protect it from unauthorized disclosure subject to the following:

1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with an explanatory text so the U.S. Government is clearly notified of the data needing to be appropriately protected.

2. In marking such data, please take care to mark only those portions of the data or materials truly proprietary (over breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or other appropriate means to indicate the portion of a single page to be protected.

3. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data which is already in the public domain or in possession of the U.S. Government or third parties, or is afterward placed into public domain by the owner or another party through no fault of the U.S. Government will not be protected once it is in the public domain. Data which is already in the possession of the U.S. Government will be protected in accordance with the government's rights in the data.

4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain the "PROPRIETARY" legend, with any explanatory text on both the cover of the transmittal email and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends "PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS."

5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text.

6. The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses which contain proprietary information may receive only limited or no consideration since the respondent's marking of the data as "PROPRIETARY" will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available.

7. The U.S. Government will not publish the results of this sources sought notice. Respondents WILL NOT be notified regarding information obtained related to this sources sought notice. If and when a solicitation is issued, it will be posted on beta.sam.gov. It is the respondent's responsibility to monitor these sites for the releases of any synopsis or solicitation.

Disclaimer: This is a sources sought notice and is not a request for competitive proposals or a solicitation of offers. All responsible sources may submit a capability statement, which the agency will consider.

The point of contact for this action is Mr. Jon Kaercher

Email: jon.f.kaercher.civ@mail.mil.

Overview

Response Deadline
June 23, 2021, 11:00 a.m. EDT Past Due
Posted
June 9, 2021, 8:21 a.m. EDT
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Not Provided
Source
SAM

Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
27%
On 6/9/21 ACC Detroit issued Sources Sought PANDTA-21-P-0000-008754 for Tank Rack Module (TRM) Retail Capability Upgrade due 6/23/21.
Primary Contact
Name
Jon F. Kaercher   Profile
Phone
(586) 282-0328

Secondary Contact

Name
Rebecca Bernock   Profile
Phone
None

Documents

Posted documents for Sources Sought PANDTA-21-P-0000-008754

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANDTA-21-P-0000-008754

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANDTA-21-P-0000-008754

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC WRN
FPDS Organization Code
2100-W56HZV
Source Organization Code
500045742
Last Updated
June 23, 2021
Last Updated By
jon.f.kaercher.civ@mail.mil
Archive Date
June 23, 2021