Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2023 SAM #7835
SOURCES SOUGHT

81 -- REQUEST FOR INFORMATION (RFI) FOR CONTAMINATED WASTE MITIGATION SYSTEM (CWMS) JOINT PROGRAM MANAGER CHEMICAL, BIOLOGICAL, RADIOLOGICAL, NUCLEAR SPECIAL OPERATIONS FORCES (JPM CBRN SOF)

Notice Date
5/9/2023 12:14:46 PM
 
Notice Type
Sources Sought
 
NAICS
31491 —
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-RFI-CWMS
 
Response Due
5/23/2023 10:00:00 AM
 
Point of Contact
Brittany Belsches, Phone: (410) 417-2178, Tyler N. Gates, Phone: (410) 436-0642
 
E-Mail Address
brittany.n.belsches.civ@army.mil, tyler.n.gates2.civ@army.mil
(brittany.n.belsches.civ@army.mil, tyler.n.gates2.civ@army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUEST FOR INFORMATION (RFI) FOR � � � � � � � � � � � � � � � � � � � � � �CONTAMINATED WASTE MITIGATION SYSTEM (CWMS) JOINT PROGRAM MANAGER CHEMICAL, BIOLOGICAL, RADIOLOGICAL, NUCLEAR SPECIAL OPERATIONS FORCES� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (JPM CBRN SOF) NAICS: 31491 � Textile bag and canvas mills. PSC: 8105 Bags and Sacks 1. Objective: The Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND) is posting this Request for Information (RFI) for market research and planning purposes. The objective of this RFI is to seek vendors that have either a commercially available product that conforms to the Technical Data Package (TDP) included in this RFI or the ability to produce a quantity of 500 of the Contaminated Waste Mitigation Systems (CWMS) from the attached TDP within a short period of time (i.e. less than 12 months). Each Respondent shall review the TDP identified in this RFI and provide feedback indicating if their product does or does not conform to the TDP, and if it does not, what changes would have to be made quickly to enable it to meet the requirements of the TDP. Along with responses to the questions required below in Section 4, each product submission shall include: (1) Current product part number (and catalog reference if possible); (2) Proposed schedule of delivery; (3) Comments relating to the questions; (4) Comments relating to the requirements established by the JPEO-CBRND customer. 2. Background: The Government is seeking qualified sources capable of producing and delivering the CWMS within the Government's required delivery schedule of no longer than 12 months for 500 systems and as defined in the attached Technical Data Package. 3. Draft Required Capabilities: 3.1 Concept of Operations (CONOPS) Summary.� The CWMS is a destructive decontamination device for equipment and personal protective equipment (PPE) that has been contaminated with chemical warfare agents (CWAs). CWMS is an integrated system to thermally decontaminate equipment in a hostile environment. 3.2 Draft Required Capabilities & Overall Program Strategy: The CWMS project aims to field a system capable of the following system features as defined in the TDP: The CWMS is a collapsible containment system which contains CWAs during thermal decontamination and destruction. The heat for decontamination and deconstruction is provided by remotely triggered thermate grenades. Note: This RFI is not focused on the thermate grenade or ignitors as they not included in the TDP. Thermal destruction renders PPE decontaminated and unusable. 4. Information Requested: Respondents are requested to provide the following information and responses to the below questions in their response to this RFI: The respondent�s name, address, point of contact, email, telephone number, DUNS/CAGE/Unique Entity ID information, and business size (small or large). Is your company able to produce or provide a CWMS conforming to the TDP attached to this RFI? If so, can such items satisfy the Government�s requirements ""as is"" or after minor modification to the design or pattern? Explain in detail. If you currently produce this product, who is your customer base, and what are the average number of units/month currently produced; Where is / will these devices be made and manufactured? Would you utilize partners/subcontractors for the production of these items? Do you foresee any supply chain issues with a product of this type? What is the estimated cost per device? Please note we are only seeking rough estimates and not seeking proposals and any Rough Order of Magnitude (ROM) pricing provided in response to this RFI will not be considered binding in any way or considered a �proposal� price. Can you provide any recommendations or clarification needed that the Government should consider on the TDP contained in this RFI? Clarify any estimated ROM pricing changes affected by production acceleration to deliver required quantities within 12 months. If producing required quantities within 12 months is not feasible for your company, provide a detailed plan to the shortest time to 500 units in greater than 12 months. DISCLAIMER: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION AND WILL NOT OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. 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 request for information or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request for information. The information resulting from this request for information may be included in one or more RFP's, which may be released via the System for Award Management portal. 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 proposal request. 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. DUE DATE: RFI response submissions shall be submitted in writing (electronically via e-mail) to the Point(s) of Contact listed below. RFI response submissions shall be submitted as searchable Adobe Portable Document Format (.pdf) or Microsoft Office 2007 or newer (.docx, .xlsx, etc.)� Submission of files in older format (.doc, .xls, etc.) may result in the file(s) being rendered unreadable.� The entirety of the RFI response submission email shall not exceed 15MB.� Failure to adhere to this limitation may result in portions of the response not being received by the Government.� Submissions are due no later than Tuesday 23 May 2023 at 1pm ET.� All responses shall be submitted via email to both the Primary and Secondary Contracting POCs listed below: Army Contracting Command � Aberdeen Proving Ground (ACC-APG) Edgewood Division Contracting POCs: Primary POC:� Brittany Belsches, Contract Specialist brittany.n.belsches.civ@army.mil Secondary POC:� Tyler Gates, Lead Contract Specialist tyler.n.gates2.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d96951338ce04aa895ac4c4ba5fb759c/view)
 
Record
SN06677337-F 20230511/230509230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.