Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOURCES SOUGHT

84 -- Request for Information for lighter weight compressed gas cylinder technology to reduce the overall system weight of a Self Contained Breathing Apparatus (SCUBA) system

Notice Date
5/17/2007
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY07SCUBA
 
Response Due
6/20/2007
 
Archive Date
8/19/2007
 
Small Business Set-Aside
N/A
 
Description
The Program Management Office  SOF Survival Systems (PMO-SSS), in direct support to US Special Operations Command (USSOCOM), is pursuing a lighter weight compressed gas cylinder technology to reduce the overall system weight of a Self Contained Brea thing Apparatus (SCBA) system. Weight savings through cylinder construction, fabrication, and/or laminates or new material technology is being sought in this Market Survey. 1. The compressed gas cylinders shall be available in various sizes that allow ta iloring to operational missions in rugged environments and retain the ability to maintain 4500 psi. 2. For compatibility with the SCBA, the cylinders are utilized in pairs in the following two configurations; a standard configuration (currently with volu me of 285 cubic in. per cylinder) and a low-profile configuration (currently with a volume of 119 cubic in. per cylinder). 3. The cylinder length shall be 20 inches, and shall not exceed an outside diameter of 5.5 inches for the standard cylinder configu ration. The low-profile cylinders shall also be 20 inches in length with a diameter no greater than 3.5 inches. 4. The cylinders must be capable of providing a minimum duration of 6 hours breathing time (5 hours filtered air/1 hour self-contained) as a c omponent of a SCBA and a desired duration of 10 hours (6 hours of filtered air / 4 hours self-contained) in the maximum (larger) configuration. 5. The weight of the cylinder pairs will be less than 14 pounds for the standard cylinders, and less than 7.5 pounds for a pair of low-profile cylinders. 6. Cylinders must be capable of being used in a Chemical Biological Radiological Nuclear (CBRN) environment and allow decontamination from Chemical Warfare Agent (CWA) threats, Toxic Industrial Chemicals and To xic Industrial Materials (TICs/TIMs). 7. Cylinders must be suitable for use in temperate to hot climates of -30? F to 130 ? F; under all precipitation and air quality conditions (e.g. fog; rain, sand, ash, smoke, etc.). 8. Cylinders must be Transport Ce rtified in accordance with the Department of Transportation (DOT) requirements. 9. Cylinders and associated components must be rugged enough to withstand flame hazard, breaching missions (sparks, etc.), and hostile weapons fire threats without suffering explosive failure. 10. Cylinders must be equipped with a pressure gauge and relief valve. These are initial requirements and are subject to change prior to any formal solicitation or acquisition program. This is a Market Survey to identify the capabilities and technologies that are available in the market place for the furtherance of lighter weight cylinder technology through improvements in construction, fabrication, and laminates/new materials for milita ry application. Only information related to the specific requirements above is being sought. The Government does not intend to award a contract on the basis of this announcement or to otherwise pay for the information solicited. This Market Survey shall not be construed as a request for proposal. The Government shall not be liable for, or suffer any consequential damages for any technical information identified (e.g., limited and/or restricted rights). This Special Notice is issued by the U.S. Army Res earch, Development and Engineering Command (RDECOM) Natick Contracting Division, Natick, MA on behalf of the PM-SOF Survival Systems (PM-SSS) in support of the USSOCOM. Responders are invited and encouraged to submit the following in response to this Spec ial Notice: 1. Material technical description (i.e. fabrication, materials, construction, item dimensions, specification sheet) 2. Technology maturity and availability (e.g. in production now; under development or concept - if technology is not currently available, please provide estimated timeframe) 3. Available material performance test data (Physical Property, CBRN and TIC/TIM test data, etc.). 4. Safety information (MSDS, DOT, NFPA, NIOSH CBRN, etc.) 5. Unique manufacturing requirements. 6. Durability estimate to include service life, etc. 7. Unique test methods required to evaluate material performance. 8. An estimate of items cost per cylinder size. 9. Explanation of trade-offs for the following p erformance characteristics: item weight; flame hazard, ballistic protection, and temperature. 10. Company Size Standard and NAICS code. 11. If products are currently in use  please provide customers and references (unclassified information only). This list is not all-inclusive and offerors are encouraged to provide additional tradeoff possibilities. Tradeoff explanation example: Performance/Gain Trade-offs such as Reduction in weight; Decrease in CBRN challenge level protection; etc. All submissions a re due by 5:00 PM EST, JUNE 20, 2007. Submit written responses via e-mail in Microsoft Office or PDF format to Karen Burke (karen.burke@natick.army.mil). Supplemental hardcopy materials such as brochures, etc. (5 co pies each) may be sent to Karen Burke a t US Army Natick Soldier Center, ATTN: AMSRD-NSC-IP-SF, BLDG 4, Room D225, Kansas Street, Natick, MA 01760-5012. All submissions must clearly identify the manufacturer, point of contact information, solicitation number and number of different submissions included if multiple submissions are provided. Oversight of this Market Survey will consist of a panel of Government representatives. Questions regarding this Market Survey should be directed in writing via e-mail to Karen Burke at Karen.Burke@natick.arm y.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01296925-W 20070519/070517221158 (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  © 1994-2020, Loren Data Corp.