SOURCES SOUGHT
84 -- Individual Water Treatment Device Pre-Release In-Line Individual Water Puricifation Systems that satisfy NSFP248
- Notice Date
- 10/4/2010
- Notice Type
- Sources Sought
- 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
- W911QY-IWTDPRE
- Response Due
- 11/5/2010
- Archive Date
- 1/4/2011
- 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 Command (NSRDEC), Natick, MA is conducting a market investigation on behalf of the Product Manager-Soldier Clothing and Individual Equipment (PM-SCIE), to identify domestic products, suppliers and manufacturers of individual water treatment/purification 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. The system shall be compatible with current and future organizational clothing and equipment such as the MOLLE Hydration System, standard military canteens, or both. Purification systems sought must be lightweight (not to exceed 1lb.), easy to use/clean/maintain, low bulk/compact, capable of producing potable water in its operational life with/without purification element replacement and meeting the volume capacities of Soldier hydration needs (135 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 to a 6 foot drop and 300 pound load. The device must be capable of disinfecting and/or removing microbiological contaminants to levels mandated by the US Army Public Health Command (UASPHC) technical bulletin and guidelines (TB MED 577, TG 230A) as tested according to the NSF P248 Protocol for 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. The 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. Batteries, if used, must be a commercially-available type and of weight and bulk compatible with the overall device requirements for weight and bulk. Consideration will also be given to removal of toxic industrial chemicals/materials (TB Med 577) to US Army short-term consumption standards from fresh, seawater, and brackish water sources, removal of chemical/biological warfare agents (desired), and reducing turbidity (not greater than 1 ntu). Processed water shall be palatable (with reduced halogen content), with taste/flavor as in commercial bottled spring or municipal waters. Interested sources must, no later than 5 November 2010, respond with information on their current commercial product(s) and how they might address the Military requirement. Interested sources shall include information detailed in the FedBizOps Note 25 regarding a firm's experience, personnel, and facilities. Information should include product cost, technical information (i.e., technical literature, data and illustrations, photographs, patents), relevant company background/experience, and a sample (optional). Firms responding shall indicate whether or not they are a small business. Any information/samples submitted will not be returned. If a firm chooses to submit samples, no payment will be made by the Government for such samples. Responses to this notice are to be sent to Mr. Jeff Pacuska, U. S. Army Natick Soldier Research, Development and Engineering Command, Natick Soldier Center, 15 Kansas Street, ATTN: AMSRD-RDNS-WPW-P, Natick, MA 01760-5019. This notice is for market research only. THIS IS NOT A REQUEST FOR QUOTATIONS. No solicitation document exists. The information received under this announcement may be used to purchase items for Government testing and/or prepare a solicitation package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8521f564d689e15736376eafe2664a72)
- Place of Performance
- Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02305472-W 20101006/101004234609-8521f564d689e15736376eafe2664a72 (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 |