Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SPECIAL NOTICE

99 -- Joint Service Chemical Environment Survivability Mask

Notice Date
6/24/2002
 
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-020624-001
 
Archive Date
8/23/2002
 
Description
NA DESC: The Department of Defense (DOD) has a requirement to develop a lightweight, single use emergency mask for use in low Nuclear, Biological, and Chemical (NBC) threat conditions and in military medical care situations where the use of the issued NBC pro tective mask is not practical as described in the Operational Requirements Document (ORD) for the JSCESM. The Government anticipates the JSCESM will be a modified commercial item, meeting the JSCESM requirements. The mask components will be optimized to m inimize weight and bulk while maximizing wearer performance and the ability to interface with Service protective equipment, communications systems and optical display and sighting systems. The applicable NAICS Code for this acquisition is 339113 with a siz e standard of 500 employees . To meet the schedule and performance objectives for the JSCESM, the program will focus on identifying a commercial item that can be modified to meet the requirements of the ORD, which have been set forth in a performance specification. The JSCESM program w ill be initiated with a Milestone B to enter the System Demonstration phase. Initially, the Government intends to issue a solicitation on a full and open competitive basis to acquire up to 100 prototypes from mask manufacturers. The government then intend s to conduct testing and evaluation of these prototypes to assess how well the product meets the thresholds and best satisfies the objective requirements of the performance specification with emphasis on the key performance parameters. The evaluation is ex pected to also include human factors, cost and past performance. Based on the results of this evaluation, the Government anticipates issuing a separate solicitation and limiting competition to those manufacturers that can best satisfy its needs. The gove rnment?s intent is to award one contract, through limited competition, which will cover the System Demonstration phase and include an option for production. A draft Statement of Work and Performance Specification, as well as other pertinent information, identified with draft Request for Proposal (RFP) No. DAAD13-02-R- 0031 will be posted on or about June 28,2002 at the following web site address https://www.abop.monmouth.army.mil, by selecting Army solicitations from the Robert Morris Acquisition Center ?, clicking on the Go Button and selecting the draft RFP titled Joint Service Chemical Environment Survivability Mask. A pre-solicitation conference Industry Day is scheduled for July 11, 2002 at the Comfort Inn, 1700 Van Bibber Rd, Edgewood, MD (410) 679 -2997. The intent of this conference is for the government to present a brief overview of the JSCESM program to include program objectives, milestones/schedules, procurement approach, and users' concerns and to answer questions from prospective offerors. I f desired, industry representatives may present information on their product in an open forum or there will also be the opportunity for a one-on-one (single company) session with government representatives to discuss or brief government personnel on their in-house efforts. The government is soliciting comments on the draft statement of work and performance specification and encourages comments and supporting rationale as to what industry envisions as the primary cost drivers and the ability to modify exis ting commercial products, as well as any questions relating to the requirements. Pre-registration for this conference is mandatory and shall include the following information: contractor's name; complete mailing address; point of contact to include voic e/data telephone number and e-mail address; preliminary questions relating to the acquisition; and confirmation as to whether a presentation (open forum or one-on-one) is desired. Please e-mail registration information prior to 8 Jul 2002 to william.fritc h@sbccom.apgea.army.mil or mail to PM, NBC Defense Systems, 5183 Blackhawk Road, ATTN: AMSSB-PM-RNN-PG/William M. Fritch, Aberdeen Proving Ground, Maryland 21010-5424. Furnish a copy to sherry.compton@sbccom.apgea.army.mil or mail to Director, Robert Morris Acquisition Center, ATTN: AMSSB-ACC-E/S. Compton, 5183 Blackhawk Road Bldg. E4455, Aberdeen Proving Ground, Maryland 21 010-5424. A digest of questions and answers generated during the Pre-solicitation Conference will be consolidated on a non-attributable basis and posted to the inter-net address https://www.abop.monmouth.army.mil under the RFP DAAD13-02-R-0031 for all potential off erors. Comments received from industry will be considered for incorporation into the final RFP
 
Record
SN00098634-W 20020626/020624213312 (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.