Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOURCES SOUGHT

42 -- NSN: 4240-01-333-3495, Self Contained Breathing Apparatus - Sources Sought Synopsis

Notice Date
4/17/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street, Warner Robins ALC, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
02A03SCBA
 
Response Due
5/15/2002
 
Archive Date
5/30/2002
 
Point of Contact
Thomas Robertson, Source Development Specialist, Phone (478)926-6726, Fax (478)926-2929,
 
E-Mail Address
Thomas.Robertson@robins.af.mil
 
Description
This Sources Sought Synopsis - Market Survey is being conducted to identify potential sources that may possess present expertise, capabilities, and experience to meet the requirements for qualification and production of the Self Contained Breathing Apparatus (SCBA) for use by USAF fire fighting and emergency services personnel. The projected requirements for the SCBA (NSN: 4240-01-333-3495) are approximately 14,000 SCBA units until with deliveries until 2009. The requirement for a new SCBA system is driven by Occupational Safety and Health Administration (OSHA) and National Fire Protection Association (NFPA) standards with which the Air Force must comply. The proposed new system must meet the criteria contained in the NFPA and OSHA standards. Secondly, the NIOSH approved system must be capable of providing a compressed air supply for normal fire fighting operations and a filtered air system for full spectrum threat operations (weapons of mass destruction (WMD): chemical, biological, radiological, hazardous material, etc.) Conversion from compressed air to filtered air must be achieved without subjecting the firefighter to inhalation, ingestion, or absorption contamination. Additionally, the new system must be compatible with the Joint Service ? Lightweight Integrated Suit Technology (JS-LIST) and the Joint ? Firefighter Integrated Response Ensemble (J-FIRE). The Requirements Correlation Matrix (RCM) Part I is included in the FedBizOpps for your review. After reviewing the RCM, please respond to the following: 1.) Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 2.) Describe how your company will support this product, i.e. spare part availability, technical updates, product maintainability, upgrades, etc. Describe your company's capabilities and experience in generating/maintaining technical data, manuals, and addressing product changes or enhancements. How will your company notify users of product changes? 3.) What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? 4.) Describe your capabilities and experiences in performing testing requirements to demonstrate respiratory and chemical/biological protection. 4.) Does your product contain any chemicals or substances that are banned by the Environmental Protection Agency? Does your product require the use of Ozone Depleting Substances (ODS) during manufacture or usage? 5.) Provide estimated production quantity per month schedule. Your response should include: Company Name, Address, Phone Number, Point of Contact, Cage Code, E-Mail Address, and Size Pursuant to NAICS 339113 (500 Employees). Also certify whether or not your company is a Woman Owned Small Business, 8(a) Certified, HUBZone Certified Business, Veteran Owned Business, Service Disabled Veteran Owned Business, and domestic or Foreign Owned (If Foreign Owned, indicate the country of ownership). Both Large and Small Businesses are encouraged to respond. Respondees to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. Responses are due prior to 4:00 PM Wednesday 15 May 02. E-mail responses are acceptable. Send your responses to Laurie Beebe, e-mail: Laurie.Beebe@robins.af.mil, WR-ALC/LEEG, 295 Byron St., Robins AFB GA 31098-1611, Phone: 478-926-7603 X 176.
 
Record
SN00061444-W 20020419/020417213322 (fbodaily.com)
 
Source
FedBizOpps.gov 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.