SOURCES SOUGHT
42 -- Request for Information - Autonomous Decontamination System (ADS)
- Notice Date
- 6/7/2023 1:20:32 PM
- Notice Type
- Sources Sought
- NAICS
- 336110
—
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- RFIAutonomousDecontaminationSystem(ADS)
- Response Due
- 7/7/2023 2:00:00 PM
- Archive Date
- 07/22/2023
- Point of Contact
- Erica Howell, Veronica St. Claire
- E-Mail Address
-
erica.howell@usmc.mil, veronica.a.stclaire.civ@army.mil
(erica.howell@usmc.mil, veronica.a.stclaire.civ@army.mil)
- Description
- SYNOPSIS: This Sources Sought Announcement is to assist the Joint Project Manager for Chemical Biological Radiological Nuclear Protection (JPM CBRN Protection) to identify potential sources to provide Autonomous Decontamination System (ADS) systems and/or components that will be suitable for use in thorough decontamination operations.� 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 are not considered as offers and cannot be accepted by the Government to form a binding contract. Further, unsolicited proposals will not be accepted. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. All submissions become Government property and will not be returned.�� If a vendor believes that their current portfolio does not meet this need but would be interested in making the JPM CBRN Protection aware of their technologies or capabilities, the vendor is encouraged to submit their company information via a web-based software application called the Joint Enterprise Technology Tool (JETT) to connect your company to the appropriate government point of contact.� The Government requests that responses to this Sources Sought be submitted electronically to erica.howell@usmc.mil and veronica.a.stclaire.civ@army.mil by 7 July 2023 by 5pm EST.� Vendors may submit company or product information directly to the government via JETT at any time whether or not they respond to the RFI: https://jacks.jpeocbrnd.army.mil/JETT� Description:�� The Joint Program Executive Office for Chemical Biological Radiological and Nuclear (CBRN) Defense and Joint Project Manager for CBRN Protection are seeking to obtain better knowledge and understanding of industry capabilities regarding an Autonomous Decontamination System (ADS). ADS is an autonomous, semi-autonomous, or automated supported capability that relies on precision detection capabilities, modernized decontaminants, and robotics to allow a CBRN decon squad to provide platoon level thorough decontamination on vehicles and critical mission equipment. Contamination mitigation is extremely resource intensive in terms of time, logistics, and personnel because of decontamination. The ADS will reduce manpower and optimize resources required for decontamination operations while mitigating the risk of exposure of warfighters to chemical and biological warfare agents by accomplishing contamination mitigation tasks through robotic means.��� The ADS will consist of a single platform with variable subsystems that support pre-wash (if required), contamination mapping, autonomous decontamination, and post-wash of equipment that has been contaminated with chemical or biological warfare agents.�� The ADS will be required to maneuver around vehicles (e.g. Light Medium Tactical Vehicle (LMTV), FMTV (Family of Medium Tactical Vehicles)) and support equipment while avoiding obstacles. Additionally, the ADS may be required to transport itself to the decontamination site. Once the ADS is in place, the first process the ADS will be required to execute is a pre-wash of the contaminated vehicle or equipment with water. The second process is contamination mapping. Precision detection, contamination mapping, and/or surface indication technologies are a critical technology element of the ADS. This technology will identify, digitize, and track the contamination footprint on vehicles and equipment. This will allow for the third ADS process: to apply decontaminants precisely to the areas that are contaminated, saving valuable assets and time compared to decontamination of the whole vehicle or equipment. The fourth process is a post-wash with water.� Technologies the Government are interested in include:� Precision Detection Capabilities (TRL 8 or higher) for chemical and biological warfare agents� Contamination Mapping Technologies for chemical and biological warfare agents as well as systems to digitize and track the data� Unmanned Ground Vehicle (UGV) Platforms, with and without autonomy kits, able to carry contamination mapping and decontamination payloads� Precision Decontaminant Application (e.g. robotic arms, sprayers, etc.)� Modernized Decontaminants (Chemical & Biological Warfare agents)� ADS solutions compatible with fielded contamination mitigation technologies (e.g. Joint General Purpose Decontaminant for Hardened Military Equipment (M333), Contamination Indicator Decontamination Assurance System)� QUESTIONS: Any questions for clarification may be emailed to erica.howell@usmc.mil and veronica.a.stclaire.civ@army.mil by 5 July 2023 by 5pm EST. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.� Responses: Vendors who believe they have an ADS solution or components of the ADS (e.g. contamination mapping, robotic arm, autonomous platform system) capable of meeting the above requirements are requested to submit a short summary, and to the address noted below (no more than 10 pages total per submittal).��� The summary will need to include the following general information about the respondent:� Company name and address� Point of contact with phone number� Product Name� Estimated unit cost for a complete system (or sub-system/component)� Specific information requested on each of the products or technologies includes:� Description of platform system and payload, including any autonomous, or semi-autonomous kit� Software/hardware integration and/or connectivity requirements� Estimated technology readiness level and/or manufacturing readiness levels� Safety Data Sheets (if applicable)� Description of system/technology scalability if applicable� Storage/shipping configuration� Total weight and cubic size of proposed item�s shipping configuration(s)� Dimensions of system in operational configuration� Operational temperatures and/or environmental restrictions�� Shipping or transportation restrictions or limitations� Equipment list and user manual/instructions� Number of personnel required to set up and operate�� Description of power requirements� Description of required consumables, if applicable (e.g.. water, fuel)� Manpower required to operate, set up and breakdown system and all associated procedures (to include number of personnel and equipment)� Estimated manufacturer production capability, include maximum and minimum production rates by month� Identify if the system is considered Commercial Off the Shelf (COTS), or currently being used by commercial industry and/or Government, provide names and/or examples of users� Any data rights assertions/anticipated assertions� Any factors that will significantly impact costs� If there are any known significant lead times for systems/materials� It is requested that vendors having systems or technologies believed to be suitable as described herein, submit electronic copies of their responses and any available product data sheets, related brochures, descriptions, price lists, technical/operator manual(s), test reports, associated Safety Data Sheets, or other documentation as available and deemed appropriate. There is a ten-page limit on submissions excluding supporting documentation.� Respondents may submit multiple ADS candidates but should clearly identify the advantages/disadvantages of each.��� Response Due Date: Respondents are requested to provide information by COB 7 July 2023.� Responses to this notice are to be sent to Ms. Erica Howell and Ms. Veronica St. Claire.� This notice is for information and sample materials only. THIS IS NOT A REQUEST FOR QUOTATION.� No solicitation document exists.� POCs for this request are Ms. Erica Howell and Ms. Veronica St. Claire. Email your questions to the POCs at the following addresses: erica.howell@usmc.mil and veronica.a.stclaire.civ@army.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd5201bdcaa24f008b2305b8fec64d88/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN06708159-F 20230609/230607230119 (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 |