SPECIAL NOTICE
99 -- REMOTELY-ACTIVATED MARKING SYSTEMS IN SUPPORT OF THE RESTORATION OF OPERATIONS (RESTOPS) ADVANCED CONCEPT TECHNOLOGY DEMONSTRATION (ACTD)
- Notice Date
- 5/15/2002
- Notice Type
- Special Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- USA-SNOTE-020515-004
- Archive Date
- 7/14/2002
- Description
- NA The Defense Threat Reduction Agency (DTRA) is in the final year of executing the RestOps ACTD. Technologies for decontamination, detection, medical, protection and situational awareness have been selected for inclusion in the 2QFY03 Final Demonstration at Osan Air Base, Korea. However, a user need not yet addressed is that of ?Trans-Zone Marking,? as a subset of protection and situational awareness, by which is meant signage used to denote the boundary between two areas of potentially different chemical warfare contamination risk. Persons transitioning from one zone to another that is at a different chemical warfare risk will be required to change their Mission Oriented Protective Posture (MOPP) protective posture; i.e., don/doff suit components and mask ensemble in accordance with the contamination designation of the zone. We are seeking mature COTS (commercial off-the-shelf) or NDI (non-developmental item) technology to meet this need. The basic need is for portable (preferably less than 50 pounds), r emotely-activated signs which can display three conditions, for example: RED, denoting the boundary between MOPP-4 (highest level of protection), YELLOW for MOPP-2 (intermediate level of protection), and GREEN, no MOPP required. In lieu of colors, signage with selectable text messages such as ?Boundary to MOPP-4 Zone? would be acceptable. The proposed solution needs to: ? include a photograph of the system. ? include a description of the device to include all technical characteristics and capabilities ? be simple to emplace, ? be collapsible, ? be sturdy enough to withstand moderate wind and other outdoor meteorological conditions (rain, sleet, snow, temperature ranging from below zero to approximately 100-deg F), ? have Global Positioning System on-board for location data, ? be remotely operable by wireless means, and ? have a sustainable on-board power source for at least 12 hours continuous operation (i.e., solar-charged batteries would be acceptable), and able to be powered by V19 generator. ? include cost and lead time for purchase of the item in both small (less than 10) and larger quantities (10 ?50) Since approximately 45 ?trans-zone? locations have been identified at Osan the proposed solution also needs to be as inexpensive as possible. For purposes of the 2QFY03 demonstration at Osan, a limited number (fewer than 10) devices are being sought to ve rify and validate the concept. Subsequent to this demonstration, the user will determine if the military utility warrants the purchase of additional items for Osan and potentially for other Air Force installations. In addition, DTRA is also executing the Contamination Avoidance at Sea Ports of Debarkation (CASPOD) ACTD which may also identify a need for trans-zone marking devices with similar or identical specifications. For submissions to be considered developers/vendors must electronically supply the p receding information in the order and format in which it is presented to Mr. Jim Cannaliato, james.cannaliato@sbccom.apgea.army.mil, no later than close of business June 14 2002. Telephonic responses will not be accepted. The cost of preparing submissions in response to this announcement is not considered an allowable direct charge to any resulting purchase or any other contract. There will be no formal request for proposals or other solicitations regarding this announcemen t. The Government reserves the right to select one, some, or none of the submissions for further investigation. Submissions shall not exceed five (5) 8.5 X 11 inch, single-sided pages per product. Product MSDS, independent technical reports, and laborator y reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their literature . The purpose of this document is to identify potential sources. Th ere is no solicitation document at this time. Any requests for a solicitation package will be disregarded.
- Record
- SN00077562-W 20020517/020515213330 (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 |