Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOURCES SOUGHT

84 -- Joint Service Aircrew Mask for Joint Strike Fighter

Notice Date
7/28/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4455 LIETZAN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SRJSAMJSF
 
Archive Date
8/19/2016
 
Point of Contact
Angel Y. Quander, Phone: 4104368565, Sharon L. Snow, Phone: 4104364448
 
E-Mail Address
angel.y.quander.civ@mail.mil, sharon.l.snow.civ@mail.mil
(angel.y.quander.civ@mail.mil, sharon.l.snow.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. The Joint Project Manager, Protection (JPM P) is issuing this sources sought announcement as part of a market survey to establish a baseline of knowledge within industry relative to the technical maturity and availability of Chemical and Biological (CB) protective respirators for use in all variants of the Joint Strike Fighter (F-35) that will provide combined protection for CB and gravity induced loss of consciousness (GLOC) when integrated with the anti-G system. The JPM P wishes to identify potential sources that may possess the product required to meet the requirements of the Joint Service Aircrew Mask for Joint Strike Fighter (JSAM-JSF). Background: The JSAM-JSF is defined as a system for individual pilots above the neck percutaneous, ocular, and respiratory protection against CB warfare agents. When integrated with aircraft-mounted breathing equipment, the system will provide combined (simultaneous as required) hypoxia, CB, and anti-G protection. The JSAM-JSF will be a lightweight, protective respirator system that integrates with the F-35 Life Support System and the Helmet Mounted Display (HMD) systems and below the neck CB protective ensemble. The JSAM-JSF shall incorporate state of the art technology to protect aviation forces from anticipated threats during flight, ground transit and preflight/post-flight aircraft related activities. The JSAM-JSF system requirements include in part: [1] The system shall prevent chemical agent permeation (liquid, aerosol and vapor) for a period of 16 hours. [2] The blown (positive air pressure) system shall provide a Quantitative Fit Factor (QFF) of 100,000 for the F-35 population against biological agents. [3] The system shall include filtration which provides CB protection when integrated with all elements of the JSAM-JSF system and the aircraft-mounted and pilot-mounted systems. This covers standard flight, ground walkout/transit and ground emergency egress scenarios. [4] The JSAM-JSF shall provide an effective mask seal up to 60 mm Hg pressure breathing at G loads up to +9Gz for 15 seconds with a +6Gz per second onset rate when integrated with a pressure breathing for G (PBG) system. [5] The decompression-derived pressure spike in the mask cavity shall not exceed 45mm Hg gauge during rapid decompression in the absence of a chest counter pressure vest. [6] The system must be able to survive an ejection with windblast up to 600 KEAS and not injure the pilot. [7] The critical viewing area (optical surface) shall have no distortion which would impact safety of flight or prevent normal and emergency operations. [8] The system shall require no aircraft modifications and shall integrate with existing pilot flight equipment, helmet mounted displays, pilot seating and aircraft oxygen connections. [9] The system shall prevent mist/frost buildup on system optical surfaces during normal and emergency operations such that pilots can accomplish their operational duties. This shall be accomplished without the use of any topical anti-fog compounds by the user. [10] The system shall permit the wearer to perform a one-handed valsalva (equalization of inner ear pressure via pinching of the nose) maneuver without breaking the CB seal. This shall be accomplished while the pilot is wearing JSF flight gloves and CB protective gloves. [11] The system when integrated with existing head-mounted personal/life support equipment shall not degrade hearing protection as compared to the non-CB configuration hearing protection. Vendors that can provide an existing product or a modified product that meets or exceeds the above requirements are invited to submit the following information in a capability statement: 1) product summary, 2) complete description of technical characteristics, capabilities and product maturity, and 3) photographs, diagrams, drawings and descriptions of proposed technologies. Vendors shall also indicate if commercially developed/non-developmental items or components may be used or proposed. Vendors are requested to submit their Capability Statement to the point of contact noted below. This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government for follow-on-acquisition. The Government does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this Notice and Government use of such information. 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. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the government's view of the information received. Respondents are instructed not to send any material that requires a non-disclosure agreement. Responses to this notice will not be returned. 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), cage code, 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. Submission shall not exceed 25 pages. The electronic submission shall be submitted in Portable Document Format (.pdf) or Microsoft Word (.doc) format. The email subject line shall contain the following description, "JSAM-JSF-RFI 2016, Vendor Name". Electronic submissions are required and shall be sent to the following email addresses: kenneth.small@navy.mil ryan.adams@usmc.mil Contracting Office Address: ACC-APG SCRT - Edgewood, ATTN: CCAP-SCE, E4215 Austin Road, Aberdeen Proving Ground, MD 21010-5424 Place of Performance: ACC-APG SCRT - Edgewood, ATTN: CCAP-SCE, E4215 Austin Road, Aberdeen Proving Ground, MD 21010-5424 US Point of Contact(s): kenneth.small@navy.mil Contracting Office Address: ACC-APG SCRT - Edgewood, ATTN: CCAP-SCE, E4215 Austin Road, Aberdeen Proving Ground, MD 21010-5424 Place of Performance: ACC-APG SCRT - Edgewood, ATTN: CCAP-SCE, E4215 Austin Road, Aberdeen Proving Ground, MD 21010-5424 Point of Contact(s): Angel Quander, 410.436.8565, angel.y.quander.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4fca8ddd9ad83cc22da17013ad048004)
 
Place of Performance
Address: ACC-APG SCRT - Edgewood, ATTN: CCAP-SCE, E4215 Austin Road, Aberdeen Proving Ground, MD 21010-5424, United States
Zip Code: 21010-5424
 
Record
SN04200855-W 20160730/160728235743-4fca8ddd9ad83cc22da17013ad048004 (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.