Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

16 -- Parachutists oxygen Mask for the Military Free Fall

Notice Date
10/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
RDECOM, Natick (Soldier Support Branch), ATTN: AMSRD-ACC-NM, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W58P0508R0004
 
Response Due
12/15/2007
 
Archive Date
2/13/2008
 
Point of Contact
Gail Pitts, 508-233-5921
 
E-Mail Address
Email your questions to RDECOM, Natick (Soldier Support Branch)
(gail.pitts@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army Research, Development, and Engineering Command, Natick Contracting Division, has a requirement for Parachutist Oxygen Mask. This requirement is the response to a capability gap identified for a parachutist oxygen mask as part of the O xygen Life Support equipment used by Military Free Fall (MFF) parachutists. The POM will provide the MFF parachutist with a dependable means to receive supplemental oxygen during MFF operations above 12,999 ft Mean Sea Level (MSL). The POM shall be a Com mercial off the Shelf (COTS)/Non-Developmental Item (NDI). The POM shall be compatible both with the American Safety Flight System (ASFS) and Parachutist High Altitude Oxygen System (PHAOS). The Government anticipates awarding a Requirements contract for a base ordering period to cover Developmental and Operational Testing a nd 4 Optional Order Periods for production quantities. Offerors within the competitive range may be issued a purchase order to deliver items for a User Assessment Phase. During User Assessment, items will undergo evaluation by Army users for fit, form an d function and be subjected to ground and airdrop testing in operational environments. Performance requirements shall be as followed: a. Must provide sufficient oxygen to maintain a partial pressure of oxygen equivalent to that present at a maximum of 5,000-ft above ground level (AGL) over all operational altitudes. b. Must be secured to the parachutists face during movement on board, aircraft exit, high speed free fall, parachute opening, descent and landing. c. Must be operable to 30,000 ft pressure altitude. d. Must be physically and functionally compatible with ASFS and PHAOS bailout and oxygen storage systems. e. Must be compatible with the current L and T bayonet connectors used on Protec, Advanced Combat, Gentex Aviator and PM High Altitude Low Opening (HALO) helmets. f. Must allow for a side mounted hose connection and allow the routing of the oxygen hose between the parachutists back and rigged harness/container and/or over the shoulder. g. Must not degrade the parachutists view and shall not interfere with the parachutists ability to exit, free-fall, deploy his parachute and conduct emergency procedures, canopy flight, equipment lowering or parachutist landing. h. Must operate at temperatures ranging from -45 deg F to 160 deg F and humidity ranging from 0 to 100% non-condensing. i. Must meet applicable requirements of Air Standardization Coordinating Committee (ASCC) Air Standard 61/101/11 (minimum standards for parachutists breathing equipment) between 13,000 and 25,000 ft pressure. j. Must include a dynamic microphone in accordance with MIL-PRF-26542, Type M-169A-AIC. k. Must remain operable in a predominantly sand and dust environment. l. Frost or ice accumulation inside or outside of the mask must not preclude proper operation of the mask. m. Must provide an anti-suffocation valve. n. Provision must be made to allow mask to fit 98% of male/female parachutists as defined by MIL-STD 1472, Department of Defense Design Criteria Standard, Human Engineering. If a size range of inner (soft) facemasks is used, then there should be no more t han 4 sizes. o. Hoses must not be able to be collapsed or kinked in a manner to decrease the oxygen supply to the jumper. p. Must remain operable for at least 20 jumps over a period of up to 180 days before requiring unit maintenance. Except for complete rebuilds, POM shall be capable of being maintained at unit level and require no more than two man hours per mask assembly. Detailed performance specifications will be provided with the Request for Proposal (RFP). The RFP will be posted on the Natick Contracting Divisions web site located at https://www3.natick.army.mil on approximately 2 November 2007. This acquisition will be Full and Open Competition. The North American Industry Classification System (NAICS) code is 325120. Firms w ill not be reimbursed for any cost associated with proposal preparation. Questions may be sent by e-mail to gail.j.pitts@us.army.mil, or fax (508) 233-5852. The closing time and date for the Request for Proposal will be approximately no later than 3:00 P M EST, 15 Dec 2007.
 
Place of Performance
Address: RDECOM, Natick (Soldier Support Branch) ATTN: AMSRD-ACC-NM, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01427900-W 20071005/071003223704 (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.