Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2016 FBO #5432
SOURCES SOUGHT

42 -- Emergency Decontamination System (EDS)

Notice Date
10/5/2016
 
Notice Type
Sources Sought
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M6785416I1138
 
Archive Date
11/19/2016
 
Point of Contact
Peggy L Smith,
 
E-Mail Address
peggy.l.smith1@usmc.mil
(peggy.l.smith1@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
EMERGENCY DECONTAMINATION SYSTEM (EDS) •1. GENERAL INFORMATION. This RFI initiates market research under Federal Acquisition Regulation (FAR) Part 10.002(b)(2)(iii) for an Emergency Decontamination System (EDS). This RFI is solely for gathering information and is not a Request for Quotation (RFQ) or a Request for Proposal (RFP). No solicitation exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this RFI or the Government's use of submitted information. •2. PURPOSE. Marine Corps Systems Command (MCSC), Program Manager (PM), Infantry Weapons Systems (IWS), Product Manager (PdM) Infantry Combat Equipment (ICE), seeks sources and information to determine industry's capabilities in providing an EDS. The EDS could replace the current system in use by the Marine Corps Chemical Biological Incident Response Force (CBIRF). The EDS will provide a decontamination system that includes the ability to conduct casualty management and decontamination operations. It will be a low-pressure decontaminating system capable of spraying temperature controlled water in order to support personnel decontamination operations. The EDS will be able to support operational and thorough decontamination of personnel. The EDS will be transportable by a dedicated platform employed by CBIRF. MCSC is looking for a Commercial-Off-the-Shelf system that requires little to no modification. A basic summary of system performance requirements follows below. •3. EDS PERFORMANCE REQUIREMENTS. •3.1. System Performance. •3.1.1. The decontamination system shall be in accordance with the design guidelines of MIL-STD-1472. •3.1.2. The 23-man Incident Response Force (IRF) shall be able to operate all components of the decontamination system within 15 minutes upon arrival to incident. •3.1.3. Personnel wearing National Institute of Occupational Safety and Health (NIOSH) approved Level-C Personal Protective Equipment (PPE) shall be able to operate all principle end items that comprise the decontamination system without hindrance due to space restrictions. •3.1.4. The decontamination system shall include suitable tools to remove patients systematically from contaminated sources and clothing without causing injuries. •3.1.5. The decontamination system shall include suitable tools that allow first responders and military personnel capability for removing personal protective equipment without causing injuries. •3.1.6. All components of the decontamination system shall be able to support individual casualties weighing at least 350lbs. •3.1.7. The stretchers shall include enough handles to allow Marines to lift non-ambulatory casualties without injury. •3.1.8. The stretchers shall be made of non-absorbent material washable with hot soapy water. •3.2. Maintenance •3.2.1. The decontamination system shall include a field repair kit. •3.2.2. Common repairs to the decontamination system shall be possible while the system is in service without compromising the mission. •3.2.3. The decontamination system shall not require any special tools for maintenance or repairs. •3.3. Emergency Decontamination Tents •3.3.1. The decontamination system shall provide enough space to remove non-ambulatory patients systematically from contaminated sources and clothing. •3.3.2. The decontamination system shall be configurable to decontaminate ambulatory and non-ambulatory casualties. •3.3.3. The decontamination system shall provide enough equipment space and showers to process at least 225 ambulatory victims per hour. •3.3.4. The decontamination system shall provide enough equipment space and showers to process at least 75 non-ambulatory victims per hour. •3.3.5. The decontamination system shall prevent casualty cross-contamination during simultaneous decontamination. •3.3.6. The decontamination system showers shall project a water stream at a pressure of 50-60 psi suitable s for human decontamination. •3.3.7. The decontamination system showers shall provide water heated to not less than 77°F but no more than 100°F that are suitable for human decontamination in weather conditions >36°F. •3.3.8. The decontamination system shower shall provide water at a flow rate of 22.5 gallons/minute. •3.4. Flash heater •3.4.1. The decontamination system shall include a flash heater that is removable when unneeded. •3.4.2. The flash heater shall disconnect for maintenance and repair. •3.4.3. The flash heater shall heat water from any source connecting to the pumps. •3.4.4. The flash heater shall weigh no more than 500lbs when packed for transportation. •3.5. Water sources/Pumps •3.5.1. The decontamination system shall connect to organic or non-organic pressurized sources such as water trucks or water hydrant systems. •3.5.2. The decontamination system shall include hydrant adaptors for various cities. •3.5.3. The decontamination system shall be capable of drawing water from static sources and bodies of water. •3.5.4. The decontamination system shall include removable pumps. •3.5.5. The pumps shall be capable of pumping water from any sources without connecting to the flash heater. •3.5.6. The decontamination system shall maintain the expected output pressure (per 3.3.6) when pumping water from low ground to elevated ground. •3.5.7. The decontamination system shall be capable of pumping water at least 50 feet from a static source. •3.5.8. The pumps shall weigh no more than 500lbs when packed for transportation. •3.6. Power sources/Fuels •3.6.1. The system shall include generators to exclusively satisfy all power requirements of the system. •3.6.2. The electrical generator shall have a secondary starter capability (e.g., pull cord). •3.6.3. The decontamination system shall use diesel fuel. •3.6.4. All components of the system that store fuel shall be drainable for embarkation. •3.7. Gauges •3.7.1. The decontamination system shall include a pH meter to monitor the pH of decontamination solutions. •3.7.2. The decontamination system shall include a temperature gauge. •3.7.3. The decontamination system shall include a pressure gauge. •3.8. Cross-Contamination Prevention •3.8.1. The decontamination system shall include means to store or dispose of contaminated items, to include: refuse, waste water, clothing articles, disposable items, etc. •3.8.2. The decontamination system shall include a floor basin capable of covering the entire tent footprint to contain the contaminated waste water. •3.8.3. Waste water and supply water hose systems shall be different to prevent cross contamination. •3.8.4. The decontamination system's floor shall be capable of rising safely above the waste water maximum depth. •3.8.5. The floor risers shall be free of any cavities or any other aspect that may capture contaminated waste water. •3.8.6. The decontamination system shall be capable of pumping waste water out of the decontamination site. •3.8.7. The waste-water pump intake shall be capable of positioning at the lowest point of the decontamination site. •3.8.8. The discharge hoses shall withstand the waste water flow pressure. •3.9. Safety •3.9.1. The decontamination system shall not require Materials Handling Equipment (MHE) to be moved from transportation platform to the set up area. •3.9.2. The decontamination system shall be hand carried over short distances from transportation platform to the set up area in accordance with MIL-STD-1472. •3.9.3. When configured for transport, the decontamination system shall include sufficient handholds for safe lifting in accordance with MIL-STD-1472. •3.9.4. The decontamination system's electrical components shall not present a shock hazard to casualties or operators. •3.10. Transportability •3.10.1. The system shall be transported by government vehicles organic to CBIRF listed below: •3.10.1.1. Two Ford F-250 pick-up trucks with utility caps, heavy duty alternator and four wheel drive •3.10.1.2. One 16 foot box truck on a F-550 chassis •3.10.1.3. One 6 foot x 12 foot open bed utility trailer •3.10.2. The system shall require no MHE to load or unload the system on or off the identified transportation platforms listed above. •4. SUBMISSION REQUEST. Respondents are encouraged to furnish MCSC with information papers describing their commercial product's capability to meet the above requirements. Responses should include specification sheets, test data, independent certifications, and/or company briefings outlining how the submission meets the EDS performance requirements listed in section three above. Responses should also include a price estimate for the requested system. Please provide sufficient information to describe pricing, capabilities, and specifications fully. The written submissions should include a single document in.pdf format for each category listed below, using the following naming conventions: •· Tab A: Product Information - (Offeror Name) •o Equipment information (i.e. weight, dimensions and support components) •o Technical information (i.e. technical literature, instructions, data and illustrations, photographs) •o Description of tent configuration in both ambulatory and non-ambulatory status •o Description of pressure range, temperature range, and water volume at the showerheads •o Description of power sources required for all power-driven components •o Product cost •· Tab B: Delivery, Training and Warranty- (Offeror Name) •o Delivery cost and timeline •o Training costs and duration •o Warranty costs and duration •o Maintenance and sustainment certification requirements •o Operator and Maintenance Manuals in accordance with enclosure (1) MCSC Commercial Technical Manual Cover and Promulgation Page •· Tab C: Certifications (Offeror Name) •o Copies of list of any certifications held •o Copies or list of any testing conducted, especially to any military standards, to include the dates of testing, brief summary of test objective, entity paying for the testing, and entity performing the testing •· Tab D: Company Information - (Offeror Name) •o Business size, address, Commercial and Government Entity (Cage) Code and Small Business Administration designation, if applicable Please submit all responses electronically. Respondents should upload and submit their RFI responses by 4 NOV 2016 using the Safe Access File Exchange (SAFE) application via https://safe.amrdec.army.mil/safe/. Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User." Fill in all required fields, upload your RFI response, and grant access to files to the following: peggy.l.smith1@usmc.mil and erin.valliere @usmc.mil and then press the "Submit" button. The Government will not return submissions. Submissions shall NOT contain any classified information. Respondents shall mark proprietary information as appropriate. Questions and Answers: Please submit RFI questions to the Contracting Officer via e-mail at Peggy.L.Smith1@usmc.mil, with a courtesy copy to erin.valliere@usmc.mil no later than 19 OCT 2016. MCSC will post all questions, answers, information discussed, and any other information pertinent to this RFI on the Federal Business Opportunities website (https://www.fbo.gov/). Industry Day: At this time, MCSC does not plan to hold an Industry Day regarding this RFI. Should this decision change, MCSC will post information for respondent participation on the Federal Business Opportunities website ( https://www.fbo.gov/ ) within 15 business days of the RFI closure. Non-Government Support Contractors: MCSC will use support contractors from Patricio Enterprises and Knowledge Capital Associates, who are non-Government personnel, to help collect and review market research information. Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. § 423) (hereinafter referred to as "the Act"), as implemented in the FAR, protects proprietary information from unauthorized disclosure. Contractual organizational conflict of interest and non-disclosure clauses bind these support contractors to safeguard proprietary information in accordance with law and regulation. Supporting contractor personnel are procurement officials within the meaning of the Act and will sign Non-Disclosure Agreements as well as take all appropriate action to preclude unauthorized use or disclosure of proprietary data.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M6785416I1138/listing.html)
 
Record
SN04299039-W 20161007/161005234829-40c3cdea54d48f348187f538f502a9d1 (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.