Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOURCES SOUGHT

A -- Technical Assessments for Chemical and Biological Agent Decontamination (TACBAD)

Notice Date
2/12/2015
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
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
W911QY-15-JPMP-TACBAD
 
Response Due
3/12/2015
 
Archive Date
4/13/2015
 
Point of Contact
Christine Sordillo, 508-233-6179
 
E-Mail Address
ACC-APG - Natick (SPS)
(christine.f.sordillo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Joint Project Manager for Protection (JPM P) Assessment of Hazard Mitigation and Protection Technologies General Information Document Type: Request for Information RFI Number: W911QY-15-JPMP-TACBAD Posted Date: 12 February 2015 Response Date: NLT COB 12 March 2015 Contracting Office Address ACC-APG, Natick Contracting Division ATTN: AMSRD-ACC-N Natick Contracting Division, Building 1 Kansas Street, Natick, MA 01760-5011 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for technical evaluations and assessments of the utility and /or efficacy of hazard mitigation and protection equipment technologies. Vendor's capabilities must be capable of meeting the basic requirements described below. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. Requested Information The Product Manager for the Decontamination Family of Systems (DFoS) under the Joint Project Manager for Protection (JPM P) is conducting a market survey to identify contractors that can provide technical evaluations and assessments for utility and/or efficacy of hazard mitigation and protection equipment and technologies. Specifically, the DFoS Product Manager is requesting information from contractors that have experience performing the following tasks: Planning and executing decontamination efficacy studies that utilize traditional and non-traditional chemical agents on coupons and panels in accordance with published Test Operations Procedures (TOPs) at various environmental conditions using multiple decontaminant application methods Planning and executing swatch permeation testing using the Aerosol Vapor Liquid Assessment Group (AVLAG), Low Volatility Agent Permeation (LVAP), and Chemical Biological Agent Resistance Test (CBART) test methods Planning and executing Man in Simulant Testing (MIST) for an entire protective ensemble Designing, installing and validating test apparatuses (through Deputy Under Secretary of the Army - Test and Evaluation (DUSA-TE) process) for the evaluation of hazard mitigation and/or protection technologies Evaluating decontaminant reaction kinetics and chemical byproducts Assessing decontaminant compatibility with various materials Evaluating contamination survivability characteristics of materials and equipment Performing chemical agent efficacy testing on contamination mitigation coatings Writing detailed test plans, final test reports and coordinating with a Government client on test projects The focus of this RFI is on capabilities to plan and execute hazard mitigation and protection testing, analyses and assessments. The Government is specifically interested in contractors that can perform testing at Technology Readiness Level (TRL) 5-9 (as listed by the Chemical Biological Defense Program (CBDP) Technology Transition Handbook; 20 July 2005), which requires testing with surety chemical agents. Interested parties shall respond by specifying their experience and capabilities in the following areas: Kinetics/by-product analysis of decontaminants with traditional and non-traditional surety agents Pot life and shelf life testing of decontaminants Coupon, panel and component testing of decontaminants with surety agents at various environmental conditions using multiple decontaminant application methods (including the M26) IPE compatibility testing of decontaminants Detector compatibility testing of decontaminants Chemical, Biological and Radiological (CBR) Contamination Survivability evaluation Decontamination verification testing Swatch permeation testing using AVLAG, LVAP and CBART test methods Aerosol Penetration testing Man in Simulant Testing (MIST) System level contamination doffing testing Material surface interaction testing Vendors shall submit a summary (no more than 12 pages) describing their capabilities and experience in these areas. Point of Contact (POC) Interested parties are requested to submit information in response to this RFI via email to Christine Sordillo, at christine.f.sordillo.civ@mail.mil, by 12 March 2015. Technical questions concerning this RFI may be addressed by contacting: Veronica St. Claire Program Analyst, Decontamination Family of Systems (540) 419-3895 veronica.a.stclaire.ctr@mail.mil Contractual questions concerning this RFI may be addressed by contacting: Christine Sordillo christine.f.sordillo.civ@mail.mil Additional Information All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having products that they believe would be suitable for military decontamination operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44d31c4a22d9a79f9dc9adbd0105ecb0)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03641641-W 20150214/150212235424-44d31c4a22d9a79f9dc9adbd0105ecb0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.