Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOURCES SOUGHT

99 -- Joint Agent Chemical Detector (JCAD) Acquisition Program- Increment II

Notice Date
5/10/2006
 
Notice Type
Sources Sought
 
Contracting Office
RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-06-R-XXXX
 
Response Due
6/9/2006
 
Archive Date
8/8/2006
 
Small Business Set-Aside
N/A
 
Description
Survey for Industry Interest in an Increment 2 Joint Chemical Agent Detector Acquisition Program (Increment 2 JCAD) 1. The Joint Project Manager for Nuclear, Biological, and Chemical Contamination Avoidance (JPM NBC CA) is conducting market research to identify commercial or non-developmental items capable of meeting the Joint Chemical Agent Detector (JCAD) key performa nce parameters (KPPs) described in this announcement. Interested industry sources should respond to this announcement no later 4:00 PM EST, June 9, 2006 with the information requested in Paragraph 5 of this announcement. 2. The Increment 2 JCAD system shall meet the key and threshold performance requirements listed below and in the draft JCAD performance specification PRF EA-D-10005, dated 16 November 2004 (attached). The Increment 2 JCAD will emphasize the detector sensi tivity, false alarm rejection, and networking capabilities. Objective performance requirements are desired characteristics of the Increment 2 JCAD. The Increment 2 JCAD will be a small, handheld unit capable of detecting, quantifying, and classifying ner ve, blister, and blood chemical warfare agents, as well as other persistent, low-volatility compounds. The detector will be used on multiple Department of Defense (DOD) platforms, including: individual personnel, tracked vehicles, wheeled vehicles, ships , fixed-wing aircraft, rotary-wing aircraft, and fixed site installations. Key Performance Parameters (KPPs) Sensitivity and Selectivity Sensitivity: " Table II A and Table IIB of the performance specification PRF EA-D-10005 Selectivity: " Mean time between false alarms greater than 168 hours " Capability to detect chemical warfare agents in the presence of common industrial chemical vapors, including aqueous film forming foam (AFFF), JP-8, JP-5, and high sulfur diesel fuel Low volatility compounds: " Capability to detect and identify highly toxic, low volatility compounds (Note: this capability is not currently shown in PRF EA-D-10005, but will be added in the future.) Information Assurance " Comply with the Defense Information Technology Security Certification and Accreditation Process (DITSCAP) requirements. Operational Environment (IAW MIL-STD-810F and MIL-STD-461E) " High temperature operation to 49oC " Low temperature operation to 32oC " Blowing rain " Sand and dust " Freezing rain " High altitude " Electromagnetic Interference/Electromagnetic Compatibility " Elevated pressure " Vibration " Shock Network Capability " Complies with the Joint Warning and Reporting (JWARN) interface requirements " Capability to interface with the Command Control Communications Computers and Intelligence Surveillance and Reconnaissance (C4ISR) network through JWARN " Compatible with the M-42 auxiliary alarm Platform Operations " Safe to fly " Safe to use in an explosive environment " 10  35 VDC capability " 110  220 VAC, 50  400 Hz Unit Operations " Compatible with Individual Protective Equipment, masks and gloves " Compatible with arctic gloves " Weight not to exceed 2 lbs " Size not to exceed 40 in3 " Night vision system compatible " Audio and visual alerts with mute capability " Provides the operator with agent class, agent hazard level, and concentration " Operates on batteries for greater than 12 hours at 15oC temperature " Embedded Training Capability " Built-in-Test Capability " Cleardown within 60 seconds of removal from contaminated environment when used as a survey instrument Logistics " Minimum consumables " Capability to use rechargeable and non-rechargeable batteries " Maximum calibration once per year " Reliability greater than 750 hours mean time between operational mission failure (MTBOMF) for ground and rotary-wing platforms " Reliability greater than 1,366 MTBOMF for shipboard and fixed-wing platforms Objective Requirements (desired, but not mandatory) Chemica l Warfare Agent Sensitivity: " Toxic Industrial Chemicals (TICs) identified in the International Task Force (ITF)-40 list of materials " Future chemical warfare agents (CWAs) 3. The Government may be interested in potential trade-offs between increased sensitivity/selectivity and increased size/weight. Identify your sensor capable of meeting the objective requirements specified above. 4. The proposed Increment 2 JCAD acquisition program will require industry sources to provide the following material and services to the Government under the provisions of a firm fixed price (FFP) contract. (see draft Request for Proposal (RFP) to be relea sed mid-May) a. Five (5) vendor samples of proposed hardware: Detectors and Platform Interface Kit (PIK) to be used for technical readiness evaluation to be delivered by July 10, 2006. b. Commercial technical/operator training materials which clearly describe: (1) Technology utilized within the system (2) A detailed description of the decision process the operating system software uses to identify chemical agents/simulants and discriminate against interferents. (3) Operating, cleardown, and shutdown procedures. (4) Preventative Maintenance Checks and Services (PMCS). (5) Operator replaceable spare parts. (6) Operation in unusual conditions. (7) Restrictions on the operation/deployment of the system. c. System familiarization and operator training for Government operators and data collectors at two Government test sites (Aberdeen Proving Ground, MD and Dugway Proving Ground, UT). d. A system support package of operator-replaceable spare parts and consumable supplies to support the Government testing schedule during the Increment 2 item evaluation period. e. Contractor maintenance support to each Government test site to permit a return to test within 24 hours after Government notification of a test item failure. 5. The JPM NBC CA, Increment 2 JCAD Team requests that industry sources interested in participating in the Increment 2 JCAD item evaluation respond to this Government request with the following information: a. Name and location of the facility for the engineering, manufacturing, and repair operations for the proposed product. b. Product designation and technical description. c. Product marketing literature. d. Product photographic image. e. Date of availability of vendor samples. f. Physical, communications, and power interface specifications/drawings, sufficient for preliminary design of test fixtures/adapters. Location of air inlet and exhaust, and airflow requirements should be included. g. Testing (CWA, chemical agent simulant, environmental, and reliability) performed to date on the proposed product. The submitted information should include testing completed, dates of test, location and test agency of the test, hardware and software con figurations tested, agency analyzing test results, and summarized test results. Indicate if actual test reports are available but do not submit these test reports at this time. h. A list of simulant chemicals that the proposed product detects. i. A comparison matrix identifying the capabilities of the proposed product against the draft performance specification (separate document attached to this announcement). j. Product cost in quantities less than 150 for the Increment 2 JCAD test requirements. k. Projected production cost at a rate of 10,000 and 20,000 units per year. l. Prior customers for the proposed product, including customer points-of-contact (names and telephone numbers). m. Identify location and throughput of production facilities n. The JPM NBC CA may request you to provide an oral presentation of your product, not to exceed 30 minutes, followed by a 30-minute question and answer session. The requested information should be submitted electronically in Adobe Portable Document Format (.pdf). The system photographic image may be submitted in a separate (.jpg) file. When printed ont o single-sided letter-size sheets the submitted information should not exceed ten (10) sheets. The information should be forwarded electronically to- Mr. Louis P. Kosydar System Manager, JCAD louis.kosydar@apgea.army.mil 410.436.2147 FAX 410.436.7917 End of document
 
Place of Performance
Address: RDECOM Acquisition Center - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
Country: US
 
Record
SN01045550-W 20060512/060510220940 (fbodaily.com)
 
Source
FedBizOpps 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.