SOURCES SOUGHT
42 -- Chemical and Biological (CB) Protective Respirators
- Notice Date
- 10/13/2011
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG SCRT - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-JSAM-RFI
- Response Due
- 11/12/2011
- Archive Date
- 1/11/2012
- Point of Contact
- Michael Velez, 410-436-8446
- E-Mail Address
-
ACC-APG SCRT - Edgewood
(michael.velez5@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 a broad range of fixed wing military aircraft that will provide combined protection for CB and gravity induced loss of consciousness (GLOC). The JPM P wishes to identify potential sources that may possess the expertise, capabilities, and experience to meet the developmental requirements of the Joint Service Aircrew Mask (JSAM) Fixed Wing (FW). Background: The Joint Service Aircrew Mask (JSAM) is defined as a system for individual aircrew head/eye respiratory and percutaneous protection against CB warfare agents, radiological particles, continuous protection against CB agent permeation, and protection against selected toxic industrial chemicals (TICs) and toxic industrial materials (TIMs) for sustained operations in the presence of these threats. When integrated with aircraft-mounted and crew-mounted breathing equipment (in aircraft so equipped), the system will provide combined (simultaneous as required) hypoxia, CB, and anti-G protection. JSAM is a modular system, which has several variants to satisfy the requirements for different applications (e.g., fighter/attack, other fixed wing, non-helmeted). The JSAM-FW will be a lightweight, protective mask system (consisting of a mask, integrated CB protective hood with neckdam, filters, blower and accessories) incorporating state of the art technology to protect aviation forces from anticipated threats. The JSAM-FW will replace the MBU-13/P and MBU-19/P (United States Air Force [USAF]), A/P-22P-14 (V) (United States Navy [USN]/United States Marine Corps [USMC]) and M45 (United States Army [USA]) aircrew CB masks currently in the DoD inventory. The JSAM-FW will be compatible with below the neck CB ensembles (Joint Protective Aircrew Ensemble [JPACE] and the CWU-66/P Chemical Protective Coverall), be flame resistant, provide greater mobility, increase field of view, increase flexibility and reduce physiological burden compared to existing CB protective masks. The JSAM-FW system provides head, eye, respiratory, and percutaneous protection with the following Key Performance Parameters: [1]The system shall prevent chemical agent permeation (liquid, aerosol and vapor) for a period of 16 hours {Objective 24 hours}. [2]Materials which contribute to eye and respiratory protection shall protect for a period of 16 hours {Objective 24 hours} to miosis levels. [3]The system shall achieve a Quantitative Fit Factor (QFF) of 20,000 {The objective is to provide a QFF of 120,000}. [4]The system shall provide a Quantitative Fit Factor (QFF) of 100,000 {T} for the specified population against biological agents {Objective of 120,000}. [5]The system shall reduce respiratory exposure against the high threat Toxic Industrial Chemicals (TICs)/Toxic Industrial Materials (TIMs) using the established parameters of the C2A1 filter. [6]The JSAM will 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 such as COMBAT EDGE. [7]The system must be able to survive an ejection with windblast up to 600 KEAS while maintaining CB protection. [8]The critical viewing area (optical surface) shall have no distortion which would impact safety of flight or prevent normal and emergency operations. [9]The system shall require no aircraft modifications and shall integrate with existing aircrew flight equipment, helmet mounted displays and standard aircraft oxygen connections. Vendors that can provide an existing product or a modified product that meets or exceeds the above Key Performance Parameters are invited to submit the following information in a capability statement: 1) product summary, 2) complete description of technical characteristics and capabilities, 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, "W911SR-JSAM-RFI, Vendor Name". Electronic submissions are required and shall be sent to the following email addresses: Mathew.w.lukacs@us.army.mil Michael.a.velez32.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c64af2c3027a8d21e22bdfa8cdf31d2)
- Place of Performance
- Address: ACC-APG SCRT - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN02607105-W 20111015/111013234942-8c64af2c3027a8d21e22bdfa8cdf31d2 (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 |