Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOURCES SOUGHT

A -- Request for Information (RFI) for General Purpose Decontaminant for Hardened Military Equipment (GPD-HME) that are Compatible with M26 Applicator

Notice Date
2/12/2014
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-14-R-0020
 
Response Due
2/27/2014
 
Archive Date
4/13/2014
 
Point of Contact
Jean Greenwood, 508-233-6101
 
E-Mail Address
ACC-APG - Natick (SPS)
(jean.t.greenwood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for commercial decontaminant technologies which are capable of meeting the basic requirements described below. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. REQUESTED INFORMATION The Product Manager for the Decontamination Family of Systems (DFoS) under the Joint Project Manager for Protection (JPM P) is conducting a market survey to identify commercial decontaminant technologies that will provide thorough decontamination capabilities for tactical vehicles, shipboard surfaces, crew-served weapons and individual weapons exposed to chemical and biological agent contamination that are also compatible with currently fielded Department of Defense (DoD) applicators. Specifically, the DFoS Product Manager is requesting information on commercial products that are compatible with the M26 Joint Service Transportable Decontamination System - Small Scale and any of the following fielded decontaminant applicators (without any engineering modifications): - M17 Lightweight Decontamination System - M12A1 Power Driven Decontamination Apparatus - Other existing multiple-use applicator systems, such as but not limited to firefighting systems, P100 Portable Damage Control Pump, Shipboard Countermeasure Wash Down System. In addition to the above, the technologies should possess the following characteristics: 1. Commercial products with the ability to remove/neutralize chemical contamination present on HME from a starting liquid challenge of 10.0 g/m2 to a Contact Exposure Level (CEL) of less than: - Nerve G: 16.7 mg/m2 - Nerve V: 0.4 mg/m2 - Blister H: 33 mg/m2 2. Commercial products with the ability to remove/neutralize chemical contamination present on HME from a starting liquid challenge of 10.0 g/m2 to Vapor Levels less than: - Nerve G: 0.008 mg/m3 - Nerve V: 0.002 mg/m3 - Blister H: 0.03 mg/m3 3. Commercial products with the ability to remove/neutralize representative Biological Agents from a starting challenge of greater than 1 x 108 Colony Forming Units (CFU)/m2 or Plaque Forming Units (PFU)/m2 to the following residual levels: - Bacterial endospores: less than 100 CFU/m2 (6-log reduction) - Vegetative bacteria: less than 10 CFU/m2 (7-log reduction) - Viruses: less than 10 PFU/m2 (7-log reduction) 4. Commercial products capable of decontaminating Toxic Industrial Chemicals/Materials (TICs/TIMs), radiological contamination and/or Non-Traditional Agents (NTA). 5. Commercial products which may be applied to contaminated material/equipment surfaces by field expedient applicators, such as mops and brushes and capable of removing gross contamination within thirty (30) minutes following application. 6. Commercial products which are non-hazardous, non-flammable and inherently safe. Products that minimize hazards to both personnel and the environment, and that do not produce uncontrollable residual hazards during the decontamination process. 7. Commercial products which do not cause material/equipment degradation when used to decontaminate HME. 8. Commercial products which do not cause false positives/negatives for fielded tactical detectors. 9. Commercial products which do not degrade military relevant Individual Protection Equipment (IPE) or the effectiveness or ability of existing decontamination systems. 10. Commercial products which are efficacious for at least six (6) hours after being made ready for use and which have at least a five-year (5-yr) shelf life in storage. 11. Commercial products that are packaged durable enough to survive DoD transportation, storage, usage scenarios, while ground, sea, air transportable, and do not increase the logistics movement impact on strategic and intra-theater lift resources. The focus of this RFI is on products and/or technologies at Technology Readiness Level (TRL) 5-6 (as listed by the Chemical Biological Defense Program (CBDP) Technology Transition Handbook; 20 July 2005), which requires testing with chemical agents. Interested parties shall respond by specifying if they have the following information for their products: 1. Performance and Efficacy Test Data including but not limited to: a. Chemical surety agent data (e.g. residual agent data and contact hazard) b. Live biological agent data c. Material/equipment compatibility data d. Shelf life 2. Applicator Compatibility, specifically with the M26 Joint Service Transportable Decontamination System - Small Scale and any of the following fielded decontaminant applicators (without any engineering modifications): a. M17 Lightweight Decontamination System b. M12A1 Power Driven Decontamination Apparatus c. Other existing multiple-use applicator systems, such as but not limited to firefighting systems, P100 Portable Damage Control Pump, Shipboard Countermeasure Wash Down System. 3. Material Safety Data Sheet (MSDS) 4. Environment, Safety and Occupational Health 5. Instructions for Use (i.e. vendor proposed Concept of Operation) 6. Restrictions on Storage/Transportation 7. Restrictions on operations in varying environmental conditions (MIL-STD-810G) 8. Manufacturing/Production Maturity (e.g. a self-assessment of Manufacturing Maturity Level (MRL) based on the MRL definitions found in the Department of Defense (DoD) MRL Deskbook V2.2 July 2012) Vendors shall submit a short summary (no more than 5 pages total) describing their products' capabilities in each of these areas. Vendors shall also note if the supporting test data and reports substantiating product claims and capabilities are available to be submitted upon the Government's request by March 2014. Point of Contact (POC) Interested parties shall submit information in response to this RFI to: Joint Project Manager for Protection ATTN: Erica Howell 50 Tech Parkway, Suite 301 Stafford, VA 22556 Questions concerning this RFI may be addressed by contacting: Veronica St. Claire Science & Technology support for DFoS, JPM P (931) 302-2638 veronica.stclaire@us.army.mil Responses shall be received no later than 4:00PM EST 27 February 2014. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Professional format and provided on compact disk (CD). No telephonic or e-mail responses to this RFI will be considered. Where the vendor deems appropriate, hard copies can also be submitted as backup and/or support information. Additional Information All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having products that they believe would be suitable for military decontamination operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9d9005af4f835180ddfeea5a45ccbd2)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03287237-W 20140214/140212234307-b9d9005af4f835180ddfeea5a45ccbd2 (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.