Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
MODIFICATION

99 -- Decontamination, Joint Services Transportable Decontamination System - Small Scale (JSTDS-SS)

Notice Date
8/30/2004
 
Notice Type
Modification
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700404R0061
 
Response Due
10/1/2004
 
Archive Date
9/5/2004
 
Point of Contact
Nannette Carter-Lamb 229-639-6166 Major Jeffrey Megargel, 229-639-6715
 
Description
Formal posting of Request for Proposals (RFP) M67004-04-R-0061 for Joint Services Transportable Decontamination System - Small Scale (JSTDS-SS). The Governments intent is to procure a commercial off the shelf (COTS) technology/Non-Developmental Item (NDI) in support of the Joint Services Family of Decontamination (JSFDS) under the Joint Program Manager for Decontamination (JPM-DC). The JSTDS-SS goal is to acquire a small scale decontamination system to include applicators and decontaminants, with full logistical support. The applicator will replace the M17 Light-weight Decontamination System and expand its capability to apply decontaminants for thorough decontamination. The objective of the JSTDS-SS Program is to provide an increase in the warfighters decontamination capability through the fielding of JSTDS-SS over base year and four option years. The goal for decontamination is to provide an effective decontamination capability that is more environmentally friendl! y and reduces the logistics footprint. A Statement of Objectives (SOO) approach is chosen to identify the services and supplies. This solicitation request for proposals (RFP) M67004-04-R-0061 describes the objectives that must be achieved, instructions to offerors, evaluation of proposals. Contractors will develop a performance statement of work (SOW) for production of a transportable decontamination system, including training support and materiels, and implementation of performance based logistics optimizing availability at the lowest possible life-cycle cost. Note: a separate procurement action will be implemented to support testing (Phase II Downselection) for those offerors in the competitive range for Phase II, therefore offerors must address ability to meet quantities identified in Clause 52.212-2 (Phase II will require test samples, interim contractor support for duration of thise phase). The primary North American Industrial Classification Standard (NAICS) is 33! 3999. All questions regarding the contents of this RFP are to be directed to the points of contact: Nannette Carter-Jafri (email: carter-jafrind@logcom.usmc.mil) at 229-639-6166, or Larry McNutt (email: Larry.McNutt.ctr@usmc.mil) at 229-639-8088.
 
Record
SN00660589-W 20040901/040831064748 (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  © 1994-2020, Loren Data Corp.