Skip to main content

An official website of the United States government

You have 2 new alerts

Expandable and Non-Expandable International Organization for Standardization (ISO) Type Shelter Production-Sources Sought/Request For Information (RFI)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Nov 28, 2022 02:53 pm EST
  • Original Published Date: Nov 22, 2022 02:27 pm EST
  • Updated Response Date: Dec 22, 2022 12:00 pm EST
  • Original Response Date: Dec 22, 2022 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    Natick , MA 01760
    USA

Description

This is a Pre-Solicitation Notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. W911QY-16-R-0003. The US Army Contracting Center, Aberdeen Proving Ground, Natick on behalf of Product Manager Force Sustainment Systems (PM-FSS), located at the Natick Soldier Systems Center intends to issue a solicitation under Authority of FAR Part 15, to produce the Expandable and Non-Expandable International Organization for Standardization (ISO) Type Shelter (ASF-RWS).

The government anticipates the planned solicitation will result in the award of a single Fixed Price with Economic Price Adjustment (FP-EPA) Indefinite Delivery Indefinite Quantity (IDIQ), type contract for the development and production of the ASF-RWS.  The contract is anticipated to have a ceiling value of $433,000,000.00 over a 10-year ordering period (five-year base development period contract years 1-5 and two production options). The minimum anticipated contract value will be $2,400,000.00 and the anticipated maximum contract value will be $433,000,000.00. An award will be made to the offeror whose proposal represents the best value to the government considering a tradeoff of price and non-price factors.

The ASF-RWS P1 Expandable/Non-Expandable program represents a comprehensive effort to modernize and standardize the next generation of Army Rigid Wall Shelters by incorporating 30+ years of shelter performance technology and improved manufacturing for increased producibility and affordability. Compared to the legacy ISO Shelters, the ASF-RWS P1 shelters will provide more modular shelters for increased interoperability and scalability with the objective to provide a 50% greater payload for broader mission sets while also being 5% lighter weight while providing suitability in extreme environments for effectiveness around the globe. The ultimate goal of the ASF-RWS P1 Variant is to maintain standard shelter designs for greater sustainability and reduced life cycle costs. The ASF-RWS P1 program modernizes three

Types of Army ISO rigid wall shelters:

Type A - Non-expandable

Type B - One-sided expandable

Type C - Two-sided expandable

Each Type has twelve variants based on color (tan or green), electrical requirements (60 or 100 Amp) and Class (H for heavy equipped with hook bar for transport and M for medical). A total of 36 Shelter variants will be procured under this effort. A Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price (FP), 10-year development contract with Equitable Price Adjustment (EPA) production options is planned.

As part of this Pre-Solicitation notice the government is providing a copy of the "DRAFT SOLICITATION", “DRAFT ATTACHMENTS” and “DRAFT EXHIBITS”. Potential offerors are encouraged to provide comments to the government on the "DRAFT SOLICITATION" and associated documents. The deadline to provide comments is 12:00 ET on 22 December 2022. All comments shall be submitted to the Contract Specialists Andrew Richard andrew.j.richard12.civ@army.mil , Ethan Seal ethan.p.seal.civ@army.mil and the Contracting Officer Sean Auld at sean.g.auld.civ@army.mil with the subject line "Comments Draft RFP W911QY-23-R-0001". Questions will may or may not be answered based on the "DRAFT SOLICITATION" period. (TELEPHONE CALLS WILL NOT BE ACCEPTED).

It is anticipated that a question-and-answer period will be available when the formal solicitation is released.

Contact Information

Contracting Office Address

  • NATICK DIVISION 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA

Primary Point of Contact

Secondary Point of Contact

History