SPECIAL NOTICE
42 -- Self contained breathing apparatus using Powered Air Purifying Respirators
- Notice Date
- 8/18/2011
- Notice Type
- Special Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- ACC-APG SCRT - 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
- W91A2K-1202-1013
- Archive Date
- 11/16/2011
- Point of Contact
- greg.n.wilson, 508 233-4161
- E-Mail Address
-
ACC-APG SCRT - Natick (SPS)
(greg.n.wilson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Introduction: Pursuant to FAR Subpart 13.106-1(b)(1), the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Natick Soldier System Center (NSSC), intends to award multiples firm fixed price purchase orders on a sole source basis to: Advanced Life Support Technologies, 2376 London Bridge Road, Virginia Beach, VA 23456-3904, AVON Protection Systems Inc, 503 8th Street, Cadillac, MI 49601 and Carleton Life Support Systems Inc, 10 Cobham Dr., Orchard Park, NY 14127. THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation document is available. 1) FAR Statutory Authority cited: FAR 13.106-b(1) (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). 2) Nature and description of the supplies or services required to meet the agency's needs: The United States Special Operations Command (USSOCOM) is pursuing novel solutions for lightweight and low-profile Powered Air Purifying Respirators (PAPR) and Self-Contained Breathing Apparatus (SCBA), including hybrid systems with dual capability, for both maritime and ground applications. The intent is to determine if recent advances in technology and product development have resulted in system weight and size savings through innovative designs and/or construction and fabrication techniques, as well as new material technologies. 3) A demonstration that the proposed contractor is the only source available to provide these services or goods (i.e. unique qualifications, proprietary rights, etc.): The requested products are the only systems available that integrate with the military M53 mask, as well as a Warfighter's ensemble. They are advanced prototypes designed specifically for USSOCOM's needs, which have the greatest capability to meet the corresponding performance requirements listed below: PAPR Requirements -Interface with the M53 mask, and provide for operator breathing hose, interchangeably on the left or right hand side, based upon user preference. -Interface with Universal 40 mm round parallel thread (DIN 3182-Rd 40 x 1/7). -Provide user-adjustable air flow rates. -Airflow: greater than 4 cubic feet per minute (cfm) / 120 liters per minute (lpm). -Must maintain respiratory protection in the event of a power loss. -Responds automatically to breathing level and adjusts air flow as necessary (desired). -Provide remote on/off capability located at mask face piece (desired). -Power source provides uninterrupted power for 8 hrs (16 hrs desired). -Indicate power source level remaining (desired). -Weight: 4.0 lbs (2.0 lbs desired); includes hose, PAPR, power source, filters and mounting attachment. -Volume: 160 in3 (desired 90 in3); includes hose, PAPR, power source, filters and mounting attachment. -Ambient Temperature Operating Range: -30F to 130F. -Provide multiple wear/mounting options (front/back mount, belt, and/or other attachment methods). -Provide emergency ditching handle to allow quick release of system (desired). -Must be low-profile, to not impede user movement in confined spaces. -Compatible with combat helmet, body armor, vision/electro-optic devices, sighting equipment, CB Personal Protective Equipment, load bearing equipment, personal communication systems, etc. SCBA Requirements -Contains self-contained breathable medium for operations in Chemical/Biological (CB) contaminated environments and/or confined HAZMAT environments. -Interface with the M53 mask, and provide for operator breathing hose, interchangeably on the left or right hand side, based upon user preference. -Provide a minimum of 1 hour of self-contained breathing medium; 4 hours desired. -The SCBA cylinders will be Department of Transportation (DOT) certified for transportation in any approved military, military contract, or commercial sea, air, or land vehicle. -Capable of using different size cylinders (desired). -Capable of using different cylinders with different gases independent of each other, allowing for integration of non-respiratory gas cylinders (desired). -Provide a method for the user to monitor the SCBA cylinder pressure level. -Provide a means to display the fill status of each cylinder and the type of gas each cylinder contains (desired). -Must have a High Pressure Recharge Port. Provide recharging capability in the field to facilitate a rapid refill while in use without the need to bleed-down the system when connecting or disconnecting the high pressure hose. -Provide a Low Pressure Outlet Port that allows for a 'buddy breathing' capability (desired). -Weight: 30 lbs (22 lbs desired); includes SCBA, fully charged cylinder(s), hose(s), and mounting hardware. -Volume: 1.5 ft3 (1.0 ft3 desired); includes SCBA, fully charged cylinder(s), hose(s), and mounting hardware. -Ambient Temperature Operating Range: -30 to 130F. -Provide multiple wear/mounting options (e.g., front/back mount, belt, and/or other attachment methods). 4) A description of the market research that was conducted and the results, or a statement of the reason a market research was not conducted: In order to obtain information on technology advancements of PAPR and SCBA systems in the marketplace, two main methodologies were used. The first, and most effective, was posting two Requests for Information (RFI) on the Federal Business Opportunities website (FedBizOpps, www.fbo.gov, Solicitation Numbers: W911QYPAPR and W911QYSCBA). The second method was to contact relevant companies and points of contact in the breathing apparatus industry, through phone calls and emails. This alerted them that the RFI's existed, to potentially initiate a response. Three key objectives were pursued in preparing the Market Technology Survey report: -Seek out relevant current and emerging technologies -Prepare a report showing the breadth and depth of available products/technologies -Determine the Technology Readiness Levels (TRL) of emerging or new products and/or technologies, where possible Results from the Market Technology Survey found that the current marketplace for PAPR, SCBA, and hybrid systems does not provide and off-the-shelf product that can meet the operational parameters, in a smaller and lighter package, required by the SOCOM users. A few technologies may be able to reduce the size and weight of the current systems, but would need to be evaluated by user groups to determine each product's efficacy. 5) Any other facts supporting the use of other than full and open competition: N/A 6) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: N/A Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: greg.n.wilson@us.army.mil no later than 8:00 a.m. on August 23, 2011. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SU, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Greg Wilson, Contract Specialist Greg.N.Wilson@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6d541cf7de5c8bcf480032986d8a6fa)
- Record
- SN02540827-W 20110820/110819000453-d6d541cf7de5c8bcf480032986d8a6fa (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 |