Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOURCES SOUGHT

A -- MARKET RESEARCH: COMMON ANALYTICAL LABORATORY SYSTEM (CALS) PROGRAM

Notice Date
4/15/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Contracting Center - Edgewood (RDECOM-CC), ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-10-CALS-RFI-T
 
Response Due
5/17/2010
 
Archive Date
7/16/2010
 
Point of Contact
Michael Velez, 410-436-8446
 
E-Mail Address
RDECOM Contracting Center - Edgewood (RDECOM-CC)
(michael.velez5@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH: COMMON ANALYTICAL LABORATORY SYSTEM (CALS) PROGRAM This is a Sources Sought Synopsis ONLY. Requests for copies of solicitation will not receive a response. The Joint Product Manager, Consequence Management (JPdM-CM), Aberdeen Proving Ground, MD is conducting market research to identify potential sources that can provide state-of-the-art: 1.Chemical, Biological, Radiological, Nuclear, and Explosive Detection Equipment (CBRNE), 2. Information Technology Hardware / Software 3. Power Generation Equipment 4. Environmental Controls 5. Engineering Controls Glove boxes, Fume Hoods, etc. 6. Communication Equipment 7.Built in Diagnostic / Test Equipment 8. Data Management 9. Embedded Training Software 10. Laboratory Support Equipment 11. Information management systems The equipment will be integrated into a Common Analytical Laboratory System (CALS) package, being developed by JPdM-CM. JPdM-CM is releasing this request for information (RFI) as a follow-up to a RFI posted in July 2009. The purpose of this announcement is to inform industry of the intent of the CALS effort and to gather information from sources capable of providing technology from the above mentioned categories. A separate announcement has been posted to elicit response from sources able to provide system level integration capabilities. JPdM CM requests that an information paper be submitted as part of the response. The information paper should address the following: 1.Describe the products technical capability. How will the product support the CALS mission? 2.Describe the companys capabilities and maturity. How is the company structured to support the CALS program in the near and long term? 3.Describe the products ability to interface with other equipment. What design considerations will be necessary to integrate the product into a system of systems? The CALS is based on a modular mobile laboratory concept that will consist of deployable modules that can be tailored to the specific needs of the specific consequence management laboratory units, Service Commanders, Joint Task Force - Civil Support (JTF-CS) and Joint Force Commander (JFC). CALS will be a transportable, mobile, multi-capability CBRNE system of system, based on open system architecture, and comprised of specific technologies to assist the warfighter and first responders in identifying CBRNE hazards. CALS will be a modular, scalable, interoperable, and operationally integrated, mission-driven material solution for mobile lab analysis. CALS will take a modular approach with respect to a smaller, deployable footprint consisting of flexible, adaptable, testable, plug n play capabilities; reduced power consumption; lighter, faster, and more accurate analytical equipment; net-centric, interoperable communications linked with external systems; more efficient laboratory processes, reduced personnel staffing; and expandable laboratory design. The CALS will provide a means to detect and quickly identify CBRNE materials in clinical specimens, environmental samples, and food samples; analyze, and provide field confirmatory and presumptive identification of threat agents, and genetically modified agents, to include low level biological warfare agents (BWA), chemical warfare agents (CWA), radiological material (RM), nuclear material (NM), high explosive residue (HER), toxic industrial compounds (TIC), and toxic industrial materials (TIM); and provide analytical results in an expedient manner to assist commanders in making risk management decisions about force protection measures to minimize the effects of a CBRNE event and allow the force to complete its mission. Pre-acquisition activities are currently underway to develop an acquisition strategy that minimizes the time and cost required to satisfy approved capability needs, and maximizes affordability throughout the program life-cycle. The initiation of the CALS Program is expected to begin in September 2011, with fielding expected to occur from 2014 through 2015. Demonstration and selection of proposed capabilities is anticipated during the August 2010 September 2011 timeframe. CALS capabilities will focus on: "Enhanced all-hazard sample analytical capabilities across CBRNE portfolios in order to increase confidence and sampling capability in support of Homeland Defense, as well as deployed CBRN and high explosive detection equipment; "Information management via a net-centric approach with a common information backbone for reach-back to subject matter experts; "An open, industry standard, Universal Plug and Play (UPnP) capability, that uses Internet protocols for seamless device plug-in; a capability that provides the ability to plug a device into a network and have it recognize that the device is there, as well as when a new device had been added. The architecture of Universal Plug and Play should allow for the peer-to-peer networking of networked appliances, PCs, and wireless devices. It should be a distributed, open architecture based on UDP, TCP/IP, and HTTP. Universal Plug and Play will enable the communication between any two devices under the command of any control device on the network. "Automation that decreases the required skill sets necessary for sample handling, integration of data fusion and decision support; "Advanced Modeling and Simulation Tools that can characterize and model CBRN Hazard/Event Impacts; "Optimized operational readiness via: oThe use of human-factors engineering to design systems that require minimal manpower; provide effective training; can be operated and maintained by users; and are suitable (habitable and safe with minimal environmental and occupational health hazards) and survivable (for both the crew and equipment). oThe use of integrated diagnostics, prognostics, and health management techniques in embedded and off-equipment applications, when feasible and cost-effective. oThe use of robust engineering controls that are user friendly; enhances sample pre-screening preparation, protection, and storage; increases personnel safety; and has a broad spectrum alarm capability. oThe use of embedded training and testing, with a preference for approved DoD Automatic Test Systems (ATS) Families to satisfy ATS requirements. oThe use of serialized item management techniques and the use of automatic identification technology (AIT), radio-frequency identification, and iterative technology refreshment. "Integration of technologies and capabilities that will mature to meet Technology Readiness Level (TRL) 8-9 standards by 2013. "Review and identification of technologies and capabilities that meet TRL 1-7 standards for future integration beyond 2013 The anticipated components of the CALS will include the following: "Analytical Component Suite Chemical Suite Biological Suite Radiological Suite High-Yield Explosive Suite "Environmental Controls Component Suite "Engineering Controls Component Suite "Power Component Suite "Diagnostics/Built-in-Test (BIT) Equipment (BITE) Component Suite Provides the increased ability to launch on time, launch on demand, and improves the degree of supportability of critical components. "A power-on self-test that performs a comprehensive test. "A periodic test that assures the device has not become unsafe/inoperable since the power-on self test. "A self-test to discover whether the device needs repair or calibration "System of System Integration Support Component Suite Communication Suite Decision Support and Data Management & Analysis Suite Embedded Training Suite Software Applications Suite Equipment must be capable of operating in an all-hazard environment for sustained periods of at least 72 hours without outside technical support for repair or operations. Consumable materials and ancillary equipment must be fully identified, even if manufactured by other vendors than themselves. JPM-CM is also interested in equipment networks or software facilitated data exchanges with commonly used computer equipment which would allow for the compiling of data for a variety of detection and analytical equipment. All companies that can provide present and future CBRNE analytical instrumentation; decision support and data management and analysis capabilities; chemical, biological, and radiological (CBR) sampling, detection and identification equipment for Chemical Warfare Agents (CWA) / Toxic Industrial Chemicals / Toxic Industrial Materials (TIC/TIM), Biological Warfare Agents (BWA), Radiological Materials and High Explosive Residue (HER); personal protection equipment (PPE), and decontamination equipment to be used by military and Civil Support Teams (CST); an open, industry standard, Universal Plug and Play (UPnP) capability; diagnostics/Built-in-Test (BIT) Equipment (BITE); embedded training capabilities, methods, and platforms (e.g. lap top computer based training (CBT), PDAs, IPods, DVD/CD, memory sticks, etc.), and interoperable net-centric communication and video capabilities; as well as possible air, land, water deployable platforms should submit information. No other specifications or information other than provided above is available at this time. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. All sources that are able to provide technologies meeting criteria in this announcement should submit their interest to APGR-Joint Product Manager Consequence Management Submissions are due no later than 5:00pm Est, May 17 2010, Eastern Standard Time. The RFI response shall be submitted to: US Army RDECOM RDCB-DEE Building E3549 Bay 4 POC: Steve Miller, Joint Product Manager Consequence Management APG, MD 21010-5424 The information paper shall be limited to fifteen (15) pages (8.5 x 11) of English text, excluding test results and reports. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins. All proprietary data that the respondent intends to be used only by the Government for evaluation purposes must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104.4;52.215-1(e). The respondent must also identify all technical data contained in the information paper that is to be treated by the Government as subject to restrictive markings. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the information paper. The information paper shall be submitted in Portable Document Format (pdf) or Microsoft Word format and include an electronic copy on a Windows compatible CD-ROM. Respondents are responsible to ensure electronic copies on CD-ROM are virus free. This notice is not to be construed as a commitment by the US Government and does not imply an intention or the opportunity to acquire funding to support current or future development efforts. Respondents will not be notified of the results of the information submitted. Responses should be submitted, as indicated above, and at a minimum, should include: RFI number, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. The Name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included Place of Performance Address: US Army RDECOM RDCB-DEE Building E3549 Bay 4 POC: Joint Product Manager Consequence Management APG, MD 21010-5424 Contracting Office: RDECOM Contracting Center - Edgewood, ATTN: CCRD-ED Bldg. 5183 Blackhawk Road Aberdeen Proving Ground, MD 21010-5424 Point of Contact: Michael Velez, 410-436-8446
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/027dd2ef72c379626c2e681264b0160b)
 
Place of Performance
Address: RDECOM Contracting Center - Edgewood (RDECOM-CC) ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN02123688-W 20100417/100415235712-027dd2ef72c379626c2e681264b0160b (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.