Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOURCES SOUGHT

42 -- Decontamination Solution/Devices

Notice Date
2/20/2004
 
Notice Type
Sources Sought
 
NAICS
325998 —
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-DECON-04-0001
 
Response Due
3/5/2004
 
Archive Date
3/20/2004
 
Point of Contact
Cheryl Collins, Contract Specialist, Phone 210-536-8223, Fax 210-536-3392, - Carol Estes, Contract Specialist, Phone 210-536-4109, Fax 210-536-3392,
 
E-Mail Address
Cheryl.Collins@brooks.af.mil, carol.estes@brooks.af.mil
 
Description
SUBJECT: Joint Decontamination Effort for Decontamination Solution/Devices The Air Force 311th Human Systems Wing is seeking information from sources that are capable of providing mature chemical and biological (CB) agent decontamination systems. “Mature,” is Technology Readiness Level (TRL) Seven or higher per DoD 5000.2-R, Appendix 6. TRL-7 means that a system prototype demonstration has occurred in an operational environment and that the prototype is near or at a planned operational system level. Your device/technology must offer significantly improved performance and/or other potential benefits (such as reduced logistics burden) over currently fielded military systems to be considered. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. The Joint Program Manager for Decontamination is examining all current decontaminants and devices to determine what interim solutions for decontamination of equipment, aircraft, and large areas are immediately available. Government field trials are scheduled at Dugway Proving Ground (DPG), UT, for a few weeks in the April 2004 to June 2004 time period. For some decontamination systems and solutions, technical testing may occur elsewhere. These field trials will provide the government an opportunity to demonstrate the devices'/technologies' potential for inclusion into future CB defense programs, and obtain unique performance data that can be used in their developmental work. Capability for the decontamination effort review is the ability to decontaminate chemical and biological agents on large pieces of equipment, vehicles, aircraft or terrain. At a minimum these systems shall use applicators that are man-portable or do not require dedicated prime movers (trailer mounts or “slip ins” are acceptable). Due to the operational environment, decontaminants that can be stored at up to 150oF without significant loss of effectiveness are needed. For consideration, potential decontamination technology providers must: (1) Provide data that demonstrate decontamination efficacy against chemical warfare agents. Provide testing results on the efficacy against VX, HD and a G-type agent performed by a reputable Chemical Agent Surety Laboratory, either domestic or foreign. (2) Provide data that demonstrates a decontamination efficacy to kill bacterial spores such as Bacillus anthracis or simulant such as B. subtilis, B. globigii, or B. thuringensis, etc. (3) Supply information on material compatibility. If data on the system does not exist, at the minimum, a paper study of the components should be provided. (4) Material Safety Data Sheets (MSDS's) on all products. (5) Provide evidence of production capability/capacity. (6) Describe or illustrate packaging and/or mixing options. (7) Disclose detailed shipping and storage requirements or restrictions as well as the results of pot and shelf life testing. (8) Be compatible with Mission Oriented Protective Posture (MOPP) clothing and does not present a hazard to equipment or personnel while being operated in MOPP. (9) Provide the results of developing and operational testing using their product in the decontamination of large pieces of equipment, fixed facilities such as buildings, or terrain. (10) Provide procedures for applying the decontaminant on large equipment, vehicle, and terrain. NOTE: Any change in the formulation of a selected product requires resubmission of updated surety, material compatibility, pot life, shelf life, etc., data. For submissions to be considered as decontamination systems, developers/sponsors must electronically supply (.doc or .pdf format) the preceding information in the order and format in which it is presented to Mr. Leo Gomez, leo.gomez@brooks.af.mil, no later than 1700, March 5, 2004. Telephonic responses will not be accepted. Electronic Media can be mailed to 311 HSW/YACR, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Mr. Leo Gomez. Technical questions should be directed to Dr. John Wiemaster at jfweimas@apgea.army.mil The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in responses to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to select one, some, or none of the submissions for further investigation. Submissions shall not exceed twenty (20) 8.5 X 11 inch, single-sided pages per product. Product MSDS, independent technical reports, and laboratory reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding their submission or information gathered as a result of this notice nor the outcome of the Government's review of the solicited information.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/HSW/Reference-Number-DECON-04-0001/listing.html)
 
Record
SN00527540-F 20040222/040220233522 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.