SPECIAL NOTICE
84 -- MARKET SURVEY AND PRERELEASE ANNOUNCEMENT FOR INDIVIDUAL WATER TREATMENT/PURIFICATION DEVICES (NOTICE)
- Notice Date
- 2/7/2012
- Notice Type
- Special Notice
- Contracting Office
- ACC-APG - 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
- W911QYIWTDPRE
- Archive Date
- 2/6/2013
- Point of Contact
- Jeffrey Pacuska, 508-233-6434
- E-Mail Address
-
ACC-APG - Natick (SPS)
(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 to meet military requirements for producing microbiologically purified water in the field. This announcement also serves as a notice to industry that an official Sources Sought solicitation will be released within 60-120 days. The U.S. Army is interested in identifying firms with products, technologies, and capabilities to provide a man-packable, 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 canteen, and/or both. Purification systems sought must be lightweight (not to exceed 1lb. dry), easy to use/clean/maintain, low bulk/compact, capable of producing microbiologically purified 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 should 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 have the capability to resist freezing or withstand freezing without damage. Freeze/Thaw cycle testing should be conducted according to MIL-STD-810 (Method 524), "Department of Defense Test Method Standard for Environmental Engineering Considerations and Laboratory Tests". 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(static and dynamic). The device must be capable of disinfecting and/or removing microbiological contaminants to levels mandated by the HQDA Technical Bulletin, Medical 577 (TB MED 577). Pathogen reduction capabilities must be documented through laboratory testing to the NSF International 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 with all test plans, data, and test reports validated by the U.S. Army Public Health Command (USAPHC). The water purification time must be 20 minutes or less (objective 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 to US Army short-term potability standards (TB Med 577) from fresh water sources, removal of chemical/biological warfare agents (desired), and reducing turbidity (less than 1 NTU). Processed water shall be palatable with taste/flavor as in commercial bottled spring or municipal waters. Additional consideration will be given to devices capable of desalination and purification from seawater and brackish water sources. Interested sources must, no later than 9 March 2012, respond with information on their current commercial product(s) and how they address the Military requirement. Interested sources shall include information (previously detailed in the FedBizOps Note 25) regarding a firm's experience, personnel, and facilities. Information should include product cost, detailed technical information (i.e., technical literature, independent or pending P248 data, capacity data, freeze/thaw data, etc, as well as 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. Note that during the upcoming Solicitation phase, that the Government will evaluate the each offerors past performance in affording subcontracting opportunities to Ability One entities. Offerors who have provided support to Ability One concerns will receive a more favorable rating, with the most favorable rating being assigned to those offerors who exceeded their goals for providing subcontracting opportunities to Ability One entities. Offerors who have been awarded a contract resulting from a solicitation that included this JWOD evaluation factor but have not provided support to Ability One entities will receive a less favorable rating. Offerors who have been awarded a contract resulting from a solicitation that did not include this Ability One evaluation factor and have not provided support to Ability One concerns will receive a neutral rating for this portion of the past performance evaluation factor. Responses to this notice are to be sent to Mr. Jeff Pacuska (Jeffrey.pacuska@us.army.mil) OR 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. Solicitation documents will be released within 60-120 days. 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/b72473d219ab76832e141d9df889c8ac)
- Record
- SN02669211-W 20120209/120207235101-b72473d219ab76832e141d9df889c8ac (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 |