SOURCES SOUGHT
58 -- Joint NBC Reconnaissance System Increment II (JNBCRS 2) - Revised Sources Sought
- Notice Date
- 7/13/2007
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-JNBCRS2
- Response Due
- 7/30/2007
- Archive Date
- 9/28/2007
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice revises the notice published 30 April 2007 (W911SR-07- R-0020). This Sources Sought Synopsis is for planning purposes ONLY. Requests for copies of a solicitation will not receive a response. The Joint Program Manager for Nuclear Biological and Chemical Contamination Avoidance (JPM NBC CA) has a requirement for a Join t Chemical Biological Radiological and Nuclear (CBRN) Reconnaissance container, which includes a set of mission specific kits that provide full spectrum CBRN detection, protection and sampling capability. The capabilities sought include: - Handheld Detection and Identification Equipment - Individual Protective Equipment (IPE) - Self Decontamination Equipment - Marking, Sampling and Reporting Equipment. The JPM NBC CA is seeking a Lead Systems Integrator (LSI) to design the interfaces and package, integrate, test, train, field, and sustain the CBRN set of mission specific kits into a modular, transportable container designed to be carried on various platf orms. Initally, the LSI will perform an analysis of the GOTS and COTS equipment from a variety of sources which may include, government test data, performance specifications, the capabilities document and contractor and independent test data. The LSI will then recommend a baseline set of equipment leveraging test data. The equipment will be integrated to form the set of mission specific kits. This dismountable equipment package will allow light forces to tailor it to provide the capability required to Arm y Light Brigade Combat Teams and support CBRN Site Assessment (SA) missions. In the assessment role, the equipment will be used to detect, identify, collect, and sample potential CBRN materials obtained from buildings, bunkers, caves, ships, containers, a nd other areas that are either inaccessible or impractical to employ a mounted reconnaissance vehicle (NBCRV) or armored reconnaissance system (NBCRS). JNBCRS 2 will consist of two major components: a modular container with internal storage and the CBRN m ission package. The set of mission specific kits will consist of Government Off-The-Shelf (GOTS) and Commercial Off-The-Shelf (COTS) current available technology. Potential Key Performance Parameters required are: 1) Detection and Identification of CBRN,TIC,TIM hazards in a tactical operational environment. The probability of detection and identification must have a likelihood of 80%. 2) Deployable and operational in Desert and Tropical regions; and 3) Individual Protection Equipment with a level of protection that meets operational mission periods for more than 40 minutes. Potential reliability factors include: At least 90% probability of completing a 72-hour operating period without experiencing an Operational Mission Failure. Potential maintainability factors include: 90% of all field level maintenance actions to restore loss of mission essential functions must be completed by the operator within 15 minutes. Operator level corrective maintenance of this category of equipment is envisioned to be limited to actions such as cycling power, restarting, re-establishing loose c onnections, or making minor adjustments. The Acquisition Strategy for the Joint Nuclear biological and Chemical Reconnaissance System (JNBCRS) Increment II has three phases. Phase I Procure and field by FY08 a set of mission specific kits as part of an Urgent Need. Phase II Procure, integrate, test, and field by FY09 a set of mission specific kits as defined in the JNBCR Inc II Capabilities Production Document (CPD). Phase III Procure, integrate, test and field by FY11 a set of full spectrum sets of mission specific kits that are modular, interchangeable and include data transmission (reach back) capability. Companies which have the capability to serve as a Lead Systems Integrator (LSI) for the container and the equipment required should respond to this announcement. Interested companies should provide co mpany name, address, telephone, email contact, and a capabilities statement containing a summary describing their technical capabilities, manufacturing capacity, and information on their past performance on Government contracts. Please limit your document s to one to two pages. Responses to this survey must be submitted electronically within 15 calendar days from the date of this notice to john.jump@us.army.mil and michael.bucci@us.army.mil. All information collected shall be used by the Government for p lanning purposes only. This Sources Sought Notice is not to be construed as a commitment by the U.S. Government and does not imply an intention or opportunity to acquire funding to support current or future development efforts. All information is to be s ubmitted at no cost or obligation to the Government. Respondents will not receive notification of results of information submitted.
- Place of Performance
- Address: RDECOM Acquisition Center - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Country: US
- Zip Code: 21010-5424
- Record
- SN01342069-W 20070715/070713221433 (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 |