Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOURCES SOUGHT

A -- Biological Aerosol Cross-Section Capability

Notice Date
6/20/2011
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-11-R-XXX1
 
Archive Date
7/30/2011
 
Point of Contact
Eric S. Vokt, Phone: 435-831-2107
 
E-Mail Address
eric.s.vokt.civ@mail.mil
(eric.s.vokt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission & Installation Contracting Command - Dugway Proving Ground (DPG) is conducting market research to determine the interest and capabilities of businesses to design and manufacture a biological agent cross-section measuring technology to support the test and evaluation of the Joint Biological Standoff Detection System Increment 2 (JBSDS2). The basis requirements of the item are as follows: (a) Must be able to fit all BSL-3 test and referee equipment within a 13 ft (l) x 10 ft (w) by 10 ft (h) chamber at DPG. (b) Must provide a BSL-3 biological warfare aerosol dissemination capability. (c) Must provide a measurement for measuring lidar cross-sections for the following laser wavelengths: (1) 290 - 400 nm (nanometer): Fluorescence at 10 nm (nanometer) resolutions; (2) 290-295 nm (nanometer): Daytime lasers; (3) 355 nm (nanometer): Elastic backscatter / depolarization; (4) 400 - 550 nm (nanometer): Fluorescence at 10 nm (nanometer) resolutions; (5) 1.0, 1.5, 3.4 μm (micrometer): Elastic backscatter / depolarization; (6) 9 - 11 μm (micrometer): Elastic backscatter. (d) Must provide lasers and other equipment as needed to house lasers in a non-BSL-3 room and a fiber optic coupling or window access to transmit the lasers into the BSL-3 capability. (e) Must provide a limited selection of interferent dissemination including but not limited to test dusts, fog oil, pollen, fungal spores, bacterial spores (naturally occurring), etc. (f) Must have self-contained, self-powered filtration system capable of removing 99.97% of biological particles. (g) Must, as much as possible, be constructed from materials that can be decontaminated with vaporized hydrogen peroxide. (h) Must provide automated data-reporting capability of environmental conditions, referee data, and cross-section data. (i) Must allow for monitoring of environmental conditions (temperature, relative humidity, and pressure). (j) Must allow for control of environmental conditions temperature (± 2˚ C) and relative humidity (± 3%). The ultimate design should be sufficient to proceed to the next step of final design and fabrication within two years. Design considerations for the biological aerosol cross-section capability include, but are not limited to, cross-section measurement technology, engineering controls to maintain aerosol containment, ventilation for safety and decontamination purposes, adherence to Army surety requirements for operation, personnel protection, containment, adherence to Army safety and security requirements, decontamination considerations, electrical power and other utility requirements, accommodations for placement into a chamber alongside referee equipment, and human factors accommodations to move biological samples in and out of the device. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 54172 Other Research and Development in Physical Engineering and Life Sciences with a standard size of 500 employees. Interested sources are also encouraged to submit a capabilities statement and other literature demonstrating successful performance of similar relevant projects in response to this Request for Information (RFI). Interested sources should also indicate their CAGE Code and business size as it relates to the specified NAICS code. Any submission of such literature or capabilities statement will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals. No basis for claim against the Government shall arise as a result of a response to this RFI or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Companies / individuals interested in responding are invited to submit their information via email to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil. Please send responses by no later than 5:00 PM (Mountain) on 15 JUL 2011. PLEASE REFERENCE "BIOLOGICAL AEROSOL CROSS-SECTION CAPABILITY STATEMENT" IN THE SUBJECT LINE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3270c19e52462adaba9070589ad1551)
 
Place of Performance
Address: Dugway, Utah, 84074, United States
Zip Code: 84074
 
Record
SN02477236-W 20110622/110620234827-f3270c19e52462adaba9070589ad1551 (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.