SOURCES SOUGHT
99 -- Request for Information (RFI) for JCAD Low Volatility Adaptor - JCAD CED P-spec
- Notice Date
- 9/3/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Edgewood, E4455 LIETZAN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
- ZIP Code
- 21010-5424
- Solicitation Number
- JCADCEDRFI
- Point of Contact
- Brian E Mazen, Phone: 4104363955, Michael P Fusco, Phone: 4104367743
- E-Mail Address
-
brian.e.mazen.civ@mail.mil, michael.p.fusco.civ@mail.mil
(brian.e.mazen.civ@mail.mil, michael.p.fusco.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI)for JCAD Low Volatility Adaptor 1. PURPOSE: The Joint Project Manager for Nuclear Biological and Chemical Contamination Avoidance (JPM NBC CA) under the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) within the Department of Defense (DoD) is conducting a market survey to identify potential industry sources capable of providing an adaptor to the fielded M4A1 and commercial 3.3 Joint Agent Chemical Detector (JCAD) that allows for the interrogation and detection of liquid and solid chemicals on surfaces. 2. BACKGROUND: The Government has developed an adaptor to the JCAD known as the JCAD Chemical Explosive Detector (CED) cradle. The cradle includes a heated probe for swabbing material off surfaces and desorbing into the JCAD CED inlet, dopant gases that support additional ion chemistries above the JCAD, and the necessary software for detection and identification of some preliminary particulate chemicals to include but not limited to RDX and TNT. 3. SYSTEM DESCRIPTION: The adaptor will allow a seamless transition of the JCAD into a particulate detector when attached to the JCAD and back to the JCAD vapor detector when detached. The adaptor when attached to the JCAD is expected to meet the performance criteria established in the attached JCAD CED Performance Specification. It should be noted that due to the classified nature of Appendix's A and B referenced in the performance specification they will not be provided in support of this market survey. 4. INSTRUCTIONS TO RESPONDENTS. a. CONTENT. At a minimum, responses to this RFI should include: 1. Can your company design and manufacture an adaptor that would meet the characteristics listed in the attached performance specification? If so, please provide: a. General description of the adaptor, b. The current technology maturity. c. Projected quality, reliability, and maintainability data, d. Projected supportability and part and production obsolescence issues (projected over the next 20 years), e. Projected preventative maintenance, checks, services, and frequency, f. Projected support equipment for repair, g. Describe the design, development, and testing process needed to develop an adaptor that meets the characteristics listed in the performance specification, please include estimated development time and associated risks. h. Estimated cost of adapter and production lead time b. FORMAT i. Submission. Respondents are encouraged to prepare a response that closely adheres to the following format: All responses shall be unclassified. The document format shall be either Microsoft Word (.doc or.docx) or Adobe PDF format. Response shall be prepared using 12 pt. font, 1 inch margins, and 8.5" by 11" paper and shall not exceed fifteen (15) pages in length excluding images, data displays, charts, graphs, and tables. Each respondent shall submit an electronic submittal. Responses should be sent to: brian.e.mazen.civ@mail.mil. ii. Disclaimer and Important Notes. This RFI does not constitute a Request for Proposal (RFP), Broad Agency Announcement (BAA) or a promise to issue an RFP. The Government will not pay for costs associated with developing a response to this RFI, nor does it commit the Government to enter into any contractual agreement. JPMNBCCA may issue a solicitation for this requirement in the coming months. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations' capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Although it is highly encouraged, not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary. Responses should be submitted as indicated above and, at a minimum should include: RFI title, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), DUNS number, Cage Code, Facility clearance (Yes or No), information paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. Please identify your business as either Small Business (including Alaska Nature Corporation and Indian tribe), Veteran-Owned Small Business, Service Disabled Veteran-Owned small business, HUBzone Small Business, Small Disadvantaged Business (including Alaska Native Corporation and Indian tribes), and Women-Owned Small Business, or a Large Business. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with a Government representative should also be included. DUE DATE: Submissions are due no later than 4:00 p.m., 25 September 2015, Eastern Standard Time (EST). Telephonic inquiries will not be accepted. Primary Point of Contact: Brian Mazen Contracting Specialist Building E4215 Austin Road APG (Edgewood Area), MD 21010-5401 410-436-3955 brian.e.mazen.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a806d6ee94c2392b7470554cb0fba37b)
- Record
- SN03871961-W 20150905/150904001215-a806d6ee94c2392b7470554cb0fba37b (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 |