Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
MODIFICATION

68 -- Decontamination Systems and Technology

Notice Date
10/29/2004
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
DECONTAMINATION
 
Response Due
11/30/2004
 
Archive Date
12/15/2004
 
Description
This modification is to correct the description in which the date due of 30 Nov 04 was not corrected in the descriptive text. It should read as: DESCRIPTION: This notice replaces notice dated 27 Sep 2004, reference number DECON, with an original response date of 8 Nov 2004. That notice is cancelled and replaced by this posting. The classification code is changed from 42 ? fire fighting, rescue & safety equipment to 68 - Chemical and Chemical Products, and the response date is now 30 November 2004. DESCRIPTION: The Joint Platform Interior Decontamination (JPID) Systems Manager is examining all current decontaminants and applicators to determine what interim solutions exist for the ability to decontaminate the interiors of vehicles, ships, fixed site facilities, mobile maintenance facilities and aircraft, to include sensitive equipment within, which have been exposed to Chemical, Biological, Radiological and Nuclear (CBRN) warfare agents/contamination and/or Toxic Industrial Materials (TIMs)/Toxic Industrial Chemicals (TICs) and new threat agents (NTAs). This requirement is associated with Joint Service and multinational capabilities for detecting, identifying and eliminating CBRN hazards. JPID will decontaminate sensitive equipment items installed in platform interiors without requiring removal of the equipment. This announcement is for mature chemical and biological (CB) agent decontamination systems. Mature, is Technology Readiness Level (TRL) Six or higher per DoD 5000.2-R, Appendix 6. TRL-6 means that a system prototype has been demonstration in a relevant environment. Prototype system is well beyond the breadboard and has been tested in a relevant environment. Examples include testing a prototype in a high fidelity laboratory environment or in simulated operational environment. Your applicator/technology must offer significant improved performance and/or other potential benefits (such as reduced logistics burden) over currently fielded military systems to be considered. Your applicator/technology must offer significantly improved performance and/or other potential benefits (such as reduced logistics burden) over currently fielded military systems to be considered. Capability for the decontamination effort review is the ability to decontaminate chemical and biological agents on non-removable sensitive pieces of equipment, located in vehicles, aircraft or shipboard areas. 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: l) 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) Demonstrate 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 decontaminant/ system information on material compatibility. The general materials in the various platforms consist of categories such as plastics, alloys, elastomers, metals to name a few. If data on the system does not exist, at the minimum, a paper study of the components should be provided. 4) Supply Material Safety Data Sheets (MSDS) on all products. 5) Provide evidence of production capability/capacity. 6) Not produce any uncontrollable hazards (residue or secondary) that are toxic or corrosive during decontamination operations. 7) Describe or illustrate packaging and/or mixing options. 8) Disclose detailed shipping and storage requirements or restrictions as well as the results of pot and shelf life testing. 9) Be compatible with Mission Oriented Protective Posture (MOPP) clothing and not present a hazard to equipment or personnel while being operated in MOPP. 10) Using its product, provide the results of developmental and operational testing in the decontamination of integral sensitive equipment, fixed facilities such as buildings, and terrain. 11) Provide procedures for applying the decontaminant on large equipment, aircraft, vehicles, ships, fixed site facilities, mobile maintenance facilities and aircraft, to include sensitive equipment within. 12) Identify on-going federal, commercial, DoD contractual effort that is within scope of the above objectives along with point of contact and contact information. NOTE: Any change in the formulation of a selected product requires resubmission of updated (e.g. 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 close of business November 30, 2004. Telephonic and hard copy responses will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment to 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 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 cost of preparing submissions in response to this announcement is not considered an allowable direct charge to any resulting purchase or any other contract. There will be no formal request for proposals or other solicitations regarding this announcement. The Government reserves the right to select one, some, or none of the submissions for further investigation. Submissions shall not exceed ten (10) 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 literature. The purpose of this document is to identify potential sources. There is no solicitation document at this time. Any requests for a solicitation package will be disregarded.
 
Record
SN00700866-W 20041031/041029211802 (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.