Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SPECIAL NOTICE

84 -- MARKET SURVEY for US Army Africa (USARAF) INDIVIDUAL WATER TREATMENT/PURIFICATION SYSTEMS

Notice Date
3/31/2011
 
Notice Type
Special Notice
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYARAFIWP
 
Archive Date
3/30/2012
 
Point of Contact
Jeffrey Pacuska, 508-233-6434
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(jeffrey.pacuska@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Natick Soldier Research, Development and Engineering Center (NSRDEC), Natick, MA is conducting a market investigation on behalf of the U.S. Army Africa (USARAF) Personnel Recovery Directorate in support of Operation Enduring Freedom-Trans Sahara (OEF-TS), Combined Joint Task Force - Horn Of Africa (CJTF-HOA), to identify products, suppliers and manufacturers of Individual Water Purification (IWP) systems with the capability or potential to meet military requirements for developing potable water in the field. The U.S. Army is interested in identifying firms with products, technologies, and capabilities to provide a man-portable, water treatment/purification system for individual Soldier use in purifying water (for drinking) from indigenous fresh water sources in basic, hot and cold environments. A single item or multiple items forming the "system" are acceptable solutions. The system shall be compatible with current and future organizational clothing and equipment, specifically commercial water bottles with standard (28 MM) threads, the MOLLE Hydration System, and standard military canteens and should be designed to reduce Warfighter loiter time near/around water sources. Responses to this Market Survey shall demonstrate compatibility with all listed methods of water carriage. Purification systems must be lightweight (not to exceed 1.0lb., including chemical oxidant, if required), easy to use/clean/maintain, low bulk/compact (no larger than 2" wide x 8" long x 1.5" thick), capable of producing potable water in its operational life with/without purification element replacement and meeting the volume capacities of Soldier hydration needs (100 liters). It shall have an unused service life of 180 days and may include an indicator of service life status; it shall be storage stable for 5 years and be environmentally-safe during use and subsequent disposal. It shall be capable of resisting low temperature exposure/freezing and be fully functional on thawing. The device shall remove or resist growth and build-up of mold, mildew and bio-films. It shall be durable for an independent 6 foot drop to concrete and 300 pound load (dynamic and static). The IWP must not require batteries or any other external power source for operation, and must produce pure water. The IWP must be capable of disinfecting and/or removing microbiological contaminants to levels mandated by U.S. Army Technical Bulletin, Medical 577 (TBMED 577), May 2010, when tested according to the NSF Protocol P248 "Emergency Military Operations Microbiological Water Purifiers" (bacterial removal to 6-log, viral removal to 4-log, and protozoan cyst removal to 3-log, or better). If a chemical or oxidant is required for water treatment, the total system water purification time must be not more than 20 minutes (desire less than 15 minutes) with a flow rate of not less than 200 mL/min. The system must be capable of reducing the turbidity of NSF P248 Challenge water (EPA Type II or III) to below 1 NTU. Processed water shall be palatable (with reduced halogen content), with taste/flavor comparable to commercial bottled or municipal waters. The system must purify a total of 100 liters of potable water from indigenous water sources. The system shall demonstrate performance against 67.5 liters of Challenge water (EPA Type II or III) and 32.5 liters of General (EPA Type I) water via the P248 Protocol. Systems able to demonstrate performance against 50 liters of EPA Type II water may also be considered. Manufacturers should submit a detailed test plan and laboratory data verifying performance in their response. Manufacturer instructions should be easy to comprehend, allowing the Warfighter to read, understand, and operate the IWP within 3 minutes. Information submitted shall include: 1. Company name and address. 2. Whether the company is a manufacturer or distributor. 3. Point of contact, telephone, fax, Web address, and e-mail address. 4. Relevant company background/experience (including information detailed in the FedBizOps Note 25 regarding a firm's experience, personnel, and facilities) 5. Product name and a brief description (75 words or less) along with salient literature and illustrations. 6. Additional technical information such as component material(s), technical specifications, equipment reliability/maintainability/durability, ability to inhibit biofilm formation, and any documented test/analysis information that would indicate the results of performance tests such as: NSF P248, NSF P231, EPA Guide Standard, drop compression, freeze/thaw performance. 7. MSDS. 8. Detailed information on all materials in contact with water, to include information relevant to toxicology / leaching analysis, EPA registrations and NSF material certifications. 9. Cost information such as unit cost, General Services Administration (GSA) schedule information, replacement parts, accessory options, and available warranties. This Market Survey is for information purposes only and does NOT bind the US Government to any type of contracting action, or guarantee any purchase by the US Government. A limited number of test items MAY BE procured based on manufacturer data that demonstrates performance that satisfies the criteria provided in this RFI. Systems with independent lab data verifying performance are more likely to be selected for follow-on investigation. Submittals: Information about a particular brand/product should be submitted in electronic (MS Word) format by 4:00 pm EST on 31 April 2011 by e-mail to Mr. Jeffrey Pacuska at jeffrey.pacuska@us.army.mil. If submitting via e-mail, put "RFI - USARAF IWP" in the e-mail subject line. Submission may also be sent by mail to: US Army Natick Soldier RD&E Center, ATTN: RDNS-WPW-P, Jeffrey Pacuska, Bldg 4, Kansas St., Natick, MA 01760. All technical questions regarding this RFI should be directed via email to jeffrey.pacuska@us.army.mil. Only email questions will be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/901bb7328b8296c1011b8e3a0d0f6d66)
 
Record
SN02414675-W 20110402/110331235135-901bb7328b8296c1011b8e3a0d0f6d66 (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.