MODIFICATION
68 -- Extended-duration respiratory protection systems
- Notice Date
- 3/2/2016
- Notice Type
- Modification/Amendment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-16-I-OXYGEN
- Point of Contact
- Amber Lauren Gray, Phone: 2024753725, Jackson McClam, Phone: 2024753410
- E-Mail Address
-
Amber.L.Gray@uscg.mil, Jackson.McClam@uscg.mil
(Amber.L.Gray@uscg.mil, Jackson.McClam@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Purpose: The purpose of this announcement is to obtain market research for planning purposes only. This announcement is for interested vendors/contractors who are capable of providing extended-duration respiratory protection systems that provide the wearer with breathable air for four (04) hours or longer while operating in an environment contaminated with hazardous material(s); chemical, biological, radiological, and nuclear (CBRN) materials; and/or is oxygen deficient. The extended-duration respiratory protection system(s) will be required to perform in hazardous environments, where responders are wearing Levels A or B personal protective equipment (PPE), for a period of four (04) hours or greater without changing respirator filters, canisters, or oxygen tanks. Proposed use will include, but is not limited to the following: • Unknown toxic environments; • Chemically toxic environments; • Biologically toxic environments; • Low-level radiation environments; • Oxygen deficient atmospheres; • Oxygen enriched atmospheres when the danger of explosions and fires have been mitigated; • Extreme cold weather/Arctic environments • Extreme hot weather environments; • Remote and logistically isolated environments; • Post-disaster environments; • National Special Security Events; and • Military unique environments. Contracting Officer Address: U.S. Coast Guard Headquarters Commandant (CG-9123) Attn: Office of Contract Operations 2703 Martin Luther King Jr Ave SE Stop 7828 Washington, DC 20593-7828 Place of Performance: The place of performance is the United States and abroad, with an emphasis on the marine environment. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. This RFI is for planning purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Response to this RFI will not be returned. All information provided may be utilized by the US Coast Guard in developing its acquisition strategy and it's Statement of Work. The information resulting from this RFI may be included/combined with other submissions in one or more options considered in the analysis of alternatives. Any proprietary information that is submitted may be used in establishing requirements but specific information will be safeguarded as proprietary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. Generic Requirements: 1. The respirator provides protection under immediately dangerous to life and health (IDLH) and/or non-IDLH environments per the Occupational Safety and Health Administration respiratory protection standard in 29 CFR 1910. 2. The respirator is certified by the National Institute for Occupational Safety and Health (NIOSH) in accordance with 42 CFR 84. 3. The respirator is NIOSH certified for CBRN operations in accordance with 42 CFR 84. 4. The respirator provides the wearer with breathable air for four (04) hours or more. 5. The respirator face-piece is compatible with level A, B, and C PPE per NFPA 471. 6. Adaptors are readily available for quantitative fit testing. 7. The respirator can be easily decontaminated in the field for nearly continuous use. 8. The respirator can be readily serviced in the field for nearly continuous use. 9. The respirator supports good communications and includes speaking diaphragms, and can support radio microphones and earpieces. 10. Due to extended stay time, the face-piece should be supplied with or accommodate an approved hydration system that permits drinking of liquids without removing the face-piece or breaking into the breathing loop. 11. The respirator should be comfortable to the wearer and be made of a material that will not fog the face piece to ensure maximum visibility for the wearer. 12. The respirator should come in various sizes to accommodate the wearer and also have spare parts readily available from the manufacturer. Requested Information: Vendors/contractors, who respond to this Request for Information (RFI), are requested to provide all of the following information, in writing, in response to this announcement and in accordance with the directions below: 1. Company name. 2. Company mailing address. 3. Company Point of Contact (One person's name, telephone number and e-mail address). 4. A full description of the respiratory protection system. 5. Description of the types of PPE compatible with the respirator. 6. Examples of the respiratory protection being used in a contaminated environment. 7. Provide contact information of Department of Homeland Security (DHS) or Department of Defense (DoD) customers who have used your product(s). 8. Business Size in accordance with NAICS Code 339113. The expression of interest should state whether the concern is a Large or Small Business, and identify if Small Business Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) certified small business, Veteran Owned Business, Service Disabled Veteran Owned Small Business and business size under the potential NAICS. 9. Dun and Bradstreet number. 10. Any Government contracts held including General Services Administration (GSA) Schedule (include the GSA schedule number), and 11. Please indicate with your submission whether your firm has recently submitted a proposal for a similar requirement, with DoD, DHS, or other U.S Federal Government agency. Please be sure to include the full agency's name, solicitation number, and Contracting Officer's name and point of contact information. Additionally, all interested vendors/contractors shall also include a product brochure/literature and a Rough Order of Magnitude for each respirator including: 1. Unit cost. 2. Estimated annual maintenance cost. 3. Estimated service life. 4. Estimated product/production delivery lead time. Cost estimates should be based on existing respirator/respiratory protection systems. PROVIDE ANY OTHER PERTINENT INFORMATION RELATING TO THIS RFI THAT WILL ASSIST THE GOVERNMENT IN ADJUSTING OR IMPROVING THE GENERIC REQUIREMENTS. Submittal of Information: The information requested by this RFI shall be provided, in writing, by no later than close of business (2:00 p.m. Eastern Standard Time) on Friday, March 11, 2016 via email, attention: U.S. Coast Guard Headquarters Commandant (CG-9123) Office of Contract Operations Attn: Jackson McClam, Contracting Officer 2703 Martin Luther King Jr. Ave SE Stop 7828 Washington, DC 20593-7828 Email: Jackson.McClam@uscg.mil with a copy to Amber.L.Gray@uscg.mil Contracting Office Address: U.S. Coast Guard Headquarters Commandant (CG-9123) Attn: Office of Contract Operations 2703 Martin Luther King Jr. Ave SE Stop 7828 Washington, DC 20593-7828 United States Primary Point of Contact: Jackson McClam, Contracting Officer jackson.mcclam@uscg.mil Phone: (202) 475-3410 Secondary Point of Contact: Amber Gray, Contract Specialist Amber.L.Gray@uscg.mil Phone: (202) 475-3725
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-I-OXYGEN/listing.html)
- Place of Performance
- Address: The place of performance is the United States and abroad, with an emphasis on the marine environment., United States
- Record
- SN04037328-W 20160304/160302235316-aa1c24849f4d71a5c5ed457adb2ac660 (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 |