Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

A -- Real Man in Simulant Program

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-06-R-0016
 
Response Due
9/26/2006
 
Archive Date
11/25/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Agency Dugway Proving Ground is soliciting for companies to provide a Real-time sensor or sampling system for detection of Methyl Salicylate (MeS) during a stimulant test protocol. U.S. Army Dugway Proving Ground (DPG) has been awarded a project to investigate and develop the technology and sampler for real time sampling during the current system testing process, the Man-in-Simulant Test (MIST). A follow-on phase II effort would be to extend this technology as a sampler for both the swatch and agent/system testing processes. From initiation of the contract to delivery of the prototype samplers will occur from inception of the contract until 31 December at the offerors site (or their subcontractor site). Evaluation period o f the prototype samplers will occur at DPG from January through March 2007. Offerors will provide 25 reusable or 75 non-reusable samplers and at least two set of sampler system data collection hardware and software, if the proposed system includes the dat a collection and transmission as part of the overall package. Those systems that do not currently include this package will provide the specifications for output from the sampler to allow for the ability to integrate the sampler with existing data collect ion systems. Samplers provided should be specific for MeS and meet the following technical spedifications: (a) Sampler technology must respond to exposure to the stimulant Methyl Salicylate (MeS) in challenge concentrations of 25?2.5 ng/m?; (b) Sampler te chnology must respond and clear down in less than 0.5 sec to an exposure; (c) Sampler must demonstrate capability to measure concentration of MeS present to within 10% of the measured value; (d) Sampler must provide a measurement with 95% Reliability and 9 5% Confidence over a range of detection from 25 ng/m? to 1 mg/ m? (T) 25 ng/m? to 100 mg/m?. Samplers must be able to make accurate, reliable measurements under conditions of 20  100% RH and 92-100 ?C.; (e) Samplers are not required to be reused, unless reuse is required to meet Cost requirements. If reusability is required to mitigate cost, samplers must demonstrate that they can be cleaned, recalibrated and meet sensitivity requirements for each successive use; (f) Cost must not exceed current operati onal costs $60 per sample (T) at an individual location. The goal is to reduce testing costs to at least $5 per sample (O) at an individual location. Sampler may attain this requirement by a low-cost, single use sampler or a more expensive multiple use s ampler; (g) Samplers must present no short term or long term health effects to the test participant. Vendor must provide any MSDS information available; (h) Sampler must not allow a protrusion height of more than 0.15 inches (Threshold), 0.06 inches (obj ective). Length and width of the sampler must not create interfere with movement at critical locations (wrist, ankle, etc.); (i) Sampler technology must not affect the operational wear characteristics of the suit, i.e. must not be so bulky as to cause b ulging in the suit, creating larger air gap than is normal, require increased airflow, induce heat or other energy under the suit or restrict movement of the wearer; (j) The sampler will be used under conditions of use and must continue to operate under th ese conditions. Sampler and its associated equipment must not be effected by the movement (stretching, compression, rubbing and bouncing) inherent in the test; (k) The samplers must maintain calibration for the duration of the entire testing process. Sa mpler calibration requirements must be defined by the vendor and must not require calibration for at least 3 hours; (l) Excessive maintenance requirements for the system will limit its utility. Sampler start up and maintenance requirements must be define d by the vendor; (m) Format of the data outputs from the sampler is required so that the data collected may be integrated into the overall data collection schem a. Data output format provided by the sampler must be identified by the vendor; (n) The test protocol is designed to be conducted untethered, therefore telemetry of data at some point is required. The information will be required to be collected remotel y from the measurement, so the vendor should identify any current telemetry capability, along with the specifications of the system used for collection. If the system is not currently telemetered, signal output format and mechanism (i.e. wiring) must be s pecified so the sensor can be integrated with current data collection telemetry systems; (o) The system must demonstrate the capability to integrate with the current testing process and data collection process. The offerer must provide information on the current use techniques for the sampler, including sample location techniques. If the system does not provide a data output stream through an integral signal collection, reduction and data output process or system, the signal output from the system should be provided to allow for a determination of the compatability with the current electronic data collection systems and the potential for integration of the specific sensor into existing electronic data collection systems; (p) Sampler technology must require a minimum amount of power to operate and must integrate with the current data collection systems being used for the MIST test (data should output from the sensor in analog or digital (preferred) format that can be collected on a data system); (r) Include d in the offorer proposal should be a plan for the production of the samplers if accepted and validated for use. Offorer should describe process used for production of current samplers and changes from this process required to meet production of these spe cific samplers. If the samplers are not currently produced in any form a plan must be developed for ultimate production of samplers in larger quantities or as multiple systems. These plans should include subcontractors that are or will be used to support the effort and a description of their capabilities. Up to three (3) offorer proposals will be considered for potential award. The requirement will be available on or about September 5, 2006 at the Army's Single Face to Industry web site (https://acquisit ion.army.mil). Responses must be submitted not later than 5:00 PM MDT, September 26, 2006. In the event the Army Single Face to Industry web site, https://acquisition.army.mil is not accessible, responses may be faxed to this number (435) 831-2085. The p oint of contract concerning this solicitation is Mr. Eric S. Vokt, Contract Specialist at (435) 831-2107, or email eric.s.vokt@us.army.mil.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01124813-W 20060826/060824221333 (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.