Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
SOURCES SOUGHT

79 -- Joint Aircraft Biological Decontamination System (JBADS)

Notice Date
6/3/2016
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
PANAPG-16-P-0000-077451
 
Archive Date
7/9/2016
 
Point of Contact
Christine Sordillo,
 
E-Mail Address
christine.f.sordillo.civ@mail.mil
(christine.f.sordillo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for an Aircraft Biological Decontamination System General Information Document Type: Request for Information Solicitation Number: PANAPG-16-P-0000-077451 Posted Date: 3 June 2016 Response Date: 24 June 2016 NAICS Code: 562211 Contracting Office Address ACC-APG, Natick Contracting Division 1 General Greene Ave. Natick, Ma 01760 Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 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 will not be considered as offers and will not be accepted to form a binding contract. The costs of preparing and submitting responses to this RFI will not be reimbursed by the Government. The Joint Program Executive Office for Chemical Biological Defense (JPEO-CBD), Joint Project Manager for Protection (JPM P) is conducting a market survey to identify industry capabilities regarding decontamination systems capable of conducting biological decontamination of military cargo aircraft and potentially other airframes, vehicles or small stock items. Specific information is sought on industry solutions that are capable of thorough thermal bio decontamination of the interior and exterior of cargo aircraft, (e.g. the US Air Force C-130 Hercules, to include C-130 Hercules J and J-30), without significant equipment degradation. The system would need to support world-wide operations. The decontamination process must result in a six-log kill decontamination threshold (from starting contamination level) for biological agents, to include Anthrax, which aligns to residual levels well below infective dose values. Responses should include all equipment, technology or components and instructions necessary to effectively conduct biological decontamination operations as well as contain the decontamination process (i.e. run-off, contaminants). The system must decontaminate within 96 hours (or less) with a ramp-up time (if required) of 72 hours or less and a ramp-down time of 72 hours or less (if required), for a total run time of no more than 240 hours. A temperature of 170 degrees Fahrenheit (plus or minus 5 degrees) must be reached, along with a relativity humidity of 85% (plus or minus 5%) with the 96 hour timeframe to achieve a six log kill decontamination. Designs will be a stand-alone system. The logistics impact (e.g. number of personnel, types of material handling equipment, special tools or procedures and time required to set up and operate the system, power, maintenance and transportability requirement/restrictions) must be considered and should be discussed in the response, along with the site requirements required to support the decontamination operations. For the purposes of this RFI, responses should include as much of the following information available: • Capability statements that speaks to relevant past experience(s) in this mission area • Profile of the vendor, including whether the organization is considered large or small business • Indication of what consumables are required for normal system operation • Manpower requirements to include: o Number of personnel required to operate system o Number of personnel required to setup and teardown system • Manufacturer production capability, include maximum and minimum production rates • Ability to provide development, fabrication, logistics and operations support to described systems (including whether any required teaming or subcontracting agreements may already be in place) Point of Contact (POC) Interested parties are requested to submit information in response to this RFI no later than June 24, 2016 directly to the Joint Biological Agent Decontamination System Product Manager - Lt Col Ralph Bordner, 2800 Bush River Road, Aberdeen Proving Ground, Maryland 21010. No telephonic responses will be considered. Questions regarding this RFI should be submitted via email to Christine Sordillo, Contract Specialist, at Christine.f.sordillo.civ@mail.mil and shall reference the RFI number in the subject line. 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. This RFI is in support of a draft RFP, which is scheduled to be released early July, with an industry day expected late July. Below is a list of the information (including test data and reports) that may be useful for consideration in preparation for the Request for Proposal. **This information is NOT sought with responses to this RFI**. Manufacturer Product name Estimated unit cost for a complete system Product description to include: • Decontamination technology(ies) and Material Safety Data Sheets (if applicable) • Platforms (example: airplane, vehicle, etc.) that can be decontaminated • Transportability requirements • Storage/shipping configuration • Power source for stand-alone capability, fuel consumption • Set up time and procedures (to include number of personnel and equipment) • Disassembly time and procedures (to include number of personnel and equipment) • Modes of operation (to include temperature settings, decontamination technology) • Safety features (e.g. emergency shutdown) • System ability to be decontaminated and associated procedures while minimizing risk of contamination outside of decon chamber • System parameters that can be either monitored or controlled • Operating temperature and/or environmental restrictions • Specifications of major components (e.g. size, weight, optional or required for system operation) • Degree of reusability of the system • Ability to relocate system • Degree of ability to run with minimal human intervention • Reliability assessment and how determined • If expected system reliability is below 87%, an assessment of how to increase to 87% without operational mission failure. Operational Mission Failure is defined as any failure which prevents a system from accomplishing its mission. • Identify if the system is currently being used by commercial industry or government; provide names for examples of users • Equipment list required to install, monitor, control and maintain the system, along with the specifications of the comptroller software, if applicable; placing special emphasis on special or unique tools • Specific set-up requirements, such as ground or slope, in addition to any geographical site limitations to store and operate the exercises • Computer network requirements to operate the systems and how the information is transmitted, received and stored • If the system process can be interrupted, how is the process restarted and completed to ensure decontamination • Any information about storage temperature range, system dimension, ruggedization level, any special handling required, shelf life, production lead time and calibration requirements • Performance data on decontaminating bacterial endospores, or relevant simulants, starting from a 1.0x108 Colony Forming Unit (CFU) challenge • Performance data decontaminating vegetative bacteria, or relevant simulants, starting from a 1.0x108 CFU challenge • Performance data decontaminating viruses, or relevant simulants, starting from a 1.0x108 Plaque Forming Unit challenge • Information on the material compatibility of the proposed decontaminants with relevant military surfaces such as, but not limited to: Steel, Aluminum, Anti-Skid Patches on 2024-T3 Aluminum, Water-based Aircraft Performance Coating on 2024-T3 Aluminum, Nylon webbing, Insulfab, and Wiring Insulation. • Length of Decontamination Cycle in hours and split out in terms of ramp up time (if required), decontamination time, and ramp down time (if required) • Data on any run-off (or effluent in the case of chemical decontamination)that is produced as part of the decontamination process and how the residue is handled to satisfy Occupational Safety and Health Administration requirements • Safety and health hazard assessments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5edc2f032c365a9b7d7e35e894b19f56)
 
Record
SN04138075-W 20160605/160603234541-5edc2f032c365a9b7d7e35e894b19f56 (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.