Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2024 SAM #8377
SOURCES SOUGHT

10 -- RFI for Joint Project Manager for Chemical, Biological, Radiological and Nuclear Protection (JPM CBRN P) Tactical Contamination Mitigation System (TCMS)

Notice Date
11/1/2024 6:57:07 AM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
RFI-ForTacticalContaminationMitigationSystem(TCMS)
 
Response Due
11/29/2024 2:00:00 PM
 
Archive Date
12/14/2024
 
Point of Contact
Laura Biszko, Mary Prebensen
 
E-Mail Address
Laura.c.biszko.civ@army.mil, mary.k.prebensen.civ@army.mil
(Laura.c.biszko.civ@army.mil, mary.k.prebensen.civ@army.mil)
 
Description
Request for Information (RFI) for Joint Project Manager for Chemical, Biological, Radiological and Nuclear Protection (JPM CBRN P) Tactical Contamination Mitigation System (TCMS) This is a request for information (RFI) only for commercial-off-the-shelf/non-developmental item (COTS/NDI) decontaminant technologies which are capable of meeting the basic requirements described below.� 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.� 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.� Requested Information The Product Manager for the Decontamination Family of Systems (DFoS) under the Joint Project Manager Chemical, Biological, Radiological and Nuclear for Protection (JPM CBRN P) is conducting a market survey to identify COTS/NDI decontaminant technologies �that provide a tactical and operational decontaminant capable of reducing adverse health-effects by removing gross contamination before surface permeation and decreasing risk of cross contamination to allow warfighters to continue their mission for an extended period of time. The decontaminant should achieve efficacy levels against chemical and biological (CB) and select non-traditional agents (NTA) contamination that will support unprotected post-decontamination exposure with negligible severity effects.� � The focus of this RFI is on products and/or technologies at Technology Readiness Level (TRL) 6 or above. This advanced TRL requires complete and thorough data for the following test events: Chemical contamination efficacy against Nerve-V, Nerve-G and Blister-H, and A-series agents on coupons, at different operational temperatures consistent with climatic design types described in MIL-STD 810G. At a minimum, coupons must account for bare metal, painted metal, polymer/plastic surfaces, elastomers/rubbers and polycarbonates. Biological contamination efficacy against virulent anthrax strain, bacteria and virus (validated simulants) on coupons at different operational temperatures consistent with climatic design types described in MIL-STD 810G. At a minimum, coupons must account for bare metal, painted metal, polymer/plastic surfaces, elastomers/rubbers and polycarbonates. Environmental, Safety and Occupational Health Assessment/Analysis Health Hazard Assessment Petroleum, Oils, Lubricants, and Fielded Decontaminant Compatibility Individual Protective Equipment (IPE) Compatibility (i.e., protective gear material such as gloves and suit), swatch or whole system IPE Mask and Filter Compatibility (e.g., Simulant Agent Resistance Test Manikin (SMARTMAN), Breakthrough Testing) Material Compatibility and Equipment Degradation Testing Water Compatibility Detector Compatibility (False positive and false negatives) Shelf Life Scoping (e.g. degradation pathways) Pot Life Demonstrated in an relevant environment (various temperatures and conditions) If a vendor has a product that meets the criteria, they shall submit a short summary (no more than 15 pages) briefly describing their products� capabilities, The summary will need to include the following general information about the respondent: Company name and address Point of Contact (POC) with phone number Product Name Cost per gallon of ready to use decontaminant (bulk chemicals and in final packaging to meet program requirements) Specific information requested on each of the products or technologies includes: Description of decontamination technology and method, including estimated technology readiness level and/or manufacturing readiness levels Mixing requirements (e.g. equipment needed, time) Recommended application method Total decontamination method cycle/dwell time(s) (i.e. how long does the decontaminant need to stay on the surface to achieve stated efficacy levels? Does it need to be rinsed?) Efficacy data on the decontamination (removal or neutralization) of chemical hazards, biological hazards, and/or simulants; include test methodology used (i.e. kinetics testing, coupon testing, simulant, agent, etc.) Area of coverage Shelf life Pot Life 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 Shipping or transportation restrictions or limitations User manual/instructions Description of required consumables, if applicable (e.g. water) Operating temperatures and/or environmental restrictions 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 materials Point of Contact (POC) Interested parties shall submit information in response to this RFI to: CCDC Soldier Center via e-mail ONLY To:� Laura.c.biszko.civ@army.mil and mary.k.prebensen.civ@army.mil For responses over 30 MB size, please email for a DOD SAFE drop-off link that will accommodate larger file sizes. The U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the expense of the interested party. Responses shall be received NLT COB 29 November 2024 by 5:00 p.m. EST. 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.� POCs for this request are Ms. Laura Biszko and Ms. Mary Prebensen.� Please send any questions to Laura.c.biszko.civ@army.mil and mary.k.prebensen.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b4ab83b1e844a488808fb34336a001c/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07255411-F 20241103/241101230106 (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.