SOURCES SOUGHT
58 -- Survey for Industry Interest in a Future Commercial Joint Chemical Agent Detector Acquisition Program (Commercial JCAD)
- Notice Date
- 4/6/2004
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- W911SR-04-R-XXXX
- Response Due
- 4/20/2004
- Archive Date
- 6/19/2004
- Point of Contact
- Gerald Taulbee, 410-436-6748
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch
(Gerald.Taulbee@sbccom.apgea.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Survey for Industry Interest in a Future Commercial Joint Chemical Agent Detector Acquisition Program (Commercial JCAD) 1. The Joint Project Manager for Nuclear, Biological, and Chemical Contamination Avoidance (JPM NBC CA) is conducting market research to identify commercial or non-developmental items capable of meeting the Joint Chemical Agent Detector (JCAD) key performa nce parameters described in this announcement. Interested industry sources should respond to this announcement no later 4:00 PM EST, 20 April 2004 with the information requested in Paragraph 5 of this announcement. 2. The Commercial JCAD system shall meet the key and threshold performance requirements listed below and in the draft JCAD performance specification (available at http://www.jpeocbd.osd.mil/CA_JCAD_SS.htm). Objective performance requirements are desired characteristics of the Commercial JCAD. The Commercial JCAD will be a small, handheld unit capable of detecting, quantifying, and classifying nerve, blister, and blood chemical warfare agents. The detector w ill be used on multiple Department of Defense (DOD) platforms, including: individual personnel, tracked vehicles, wheeled vehicles, ships, fixed-wing aircraft, rotary-wing aircraft, and fixed site installations. Key Performance Parameters (KPPs) Sensitivity and Selectivity Minimum Chemical Warfare Agent Sensitivity: ??? VX ?????? 0.04 mg/m3 within 90 seconds, 0.1 mg/m3 within 30 seconds, 1.0 mg/m3 within 10 seconds ??? GA, GB, GD, and GF - 0.1 mg/m3 within 30 seconds, 1.0 mg/m3 within 10 seconds ??? HD, L, and HN3 ?????? 2.0 mg/m3 within 120 seconds, 50.0 mg/m3 within 10 seconds ??? AC - 22 mg/m3 within 60 seconds, 2,500 mg/m3 within 10 seconds ??? Detect agents simultaneously (GB/GF and GD/HD) ??? Probability of detection greater than 90% in environmental conditions from ??????32 to 49oC and atmospheric water vapor content from 0 ?????? 32 gm/m3 ??? Provide hazard level alerts based upon the dosage of the chemical agent detected Selectivity: ??? Mean time between false alarms greater than 168 hours ??? Capability to detect chemical warfare agents in the presence of common industrial chemical vapors, including aqueous film forming foam (AFFF), JP-8, JP-5, and high sulfur diesel fuel Information Assurance ??? Comply with the DOD requirements for Information Assurance and network interoperability Threshold Performance Parameters (Mandatory requirements) Sensitivity and Selectivity Minimum Chemical Warfare Agent Sensitivity: ??? CK - 20 mg/m3 within 60 seconds ??? Ability to be modified to detect future CWAs and TICs ??? VX ?????? 0.001 mg/m3 within 30 minutes * ??? GA, GB, GD, and GF - 0.001 mg/m3 within 30 minutes * ??? HD, L, and HN3 ?????? 0.02 mg/m3 within 30 minutes * * Consideration will be made to include these mandatory requirements as part of an incremental upgrade if not initially available. Operational Environment (IAW MIL-STD-810F and MIL-STD-461E) ??? High temperature operation to 49oC ??? Low temperature operation to ??????32oC ??? Blowing rain ??? Sand and dust ??? Freezing rain ??? High altitude ??? Electromagnetic Interference/Electromagnetic Compatibility ??? Elevated pressure ??? Vibration ??? Shock Network Capability ??? Complies with the Joint Warning and Reporting (JWARN) interface requirements ??? Capability to interface with the C4ISR network through JWARN ??? Compatible with the M-42 auxiliary alarm Platform Operations ??? Safe to fly ??? Safe to use in an explosive environment ??? 10 ?????? 35 VDC capability ??? 110 ?????? 220 VAC, 50 ?????? 400 Hz Unit Operations ??? Compatible with Individual Protective Equipment, masks and gloves ??? Compatible with arctic gloves ??? Weight not to exceed 2 lbs ??? Size not to exceed 40 in3 ??? Night vision system compatible ??? Audio and visual alerts with mute capability ??? Provides the operator with agent class, agent hazard level, and concentration ??? Operates on batteries for greater than 12 hours at 15oC temperature ??? Embedded Training Capability ??? Built-in-Test Capability ??? Cleardown within 60 seconds of removal from contaminated environment when used as a survey instrument Logistics ??? Minimum consumables ??? Capability to use rechargeable and non-rechargeable batteries ??? Maximum calibration once per year ??? Reliability greater than 750 hours mean time between operational mission failure (MTBOMF) for ground and rotary-wing platforms ??? Reliability greater than 1,366 MTBOMF for shipboard and fixed-wing platforms Objective Requirements (desired, but not mandatory) Chemical Warfare Agent Sensitivity: ??? Toxic Industrial Chemicals identified in the International Task Force (ITF)-40 list of materials ??? Future CWAs 3. The Government may be interested in potential trade-offs between increased sensitivity/selectivity and increased size/weight. Identify your commercial sensor capable of meeting the objective requirements specified above. 4. The proposed Commercial JCAD acquisition program will require industry sources to provide the following material and services to the Government under the provisions of a firm fixed price (FFP) contract. a. Three (3) vendor samples of proposed hardware to be used for test fixture design to be delivered by 20 May 2004. b. Commercial JCAD systems delivered to Government not later than 02 Aug 2004. Reusable packaging is required. c. Commercial technical/operator training materials which clearly describe: (1) Technology utilized within the system (2) A detailed description of the decision process the operating system software uses to identify chemical agents/simulants and discriminate against interferents. (3) Operating, cleardown, and shutdown procedures. (4) Preventative Maintenance Checks and Services (PMCS). (5) Operator replaceable spare parts. (6) Operation in unusual conditions. (7) Restrictions on the operation/deployment of the system. d. System familiarization and operator training for Government operators and data collectors at two Government test sites (Aberdeen Proving Ground and Dugway Proving Ground). e. A system support package of operator-replaceable spare parts and consumable supplies to support the Government testing schedule during the commercial item evaluation period. f. Contractor maintenance support to each Government test site to permit a return to test within 24 hours after Government notification of a test item failure. 5. The JPM NBC CA, Commercial JCAD Team requests that industry sources interested in participating in the Commercial JCAD item evaluation respond to this Government request with the following information: a. Name and location of the facility for the engineering, manufacturing, and repair operations for the proposed product. b. Product designation and technical description. c. Product marketing literature. d. Product photographic image. e. Physical, communications, and power interface specifications/drawings, sufficient for preliminary design of test fixtures/adapters. Location of air inlet and exhaust, and airflow requirements should be included. f. Testing (Chemical agent, chemical agent simulant, environmental, and reliability) performed to date on the proposed product. The submitted information should include testing completed, dates of test, location and test agency of the test, hardware and s oftware configurations tested, agency analyzing test results, and summarized test results. Indicate if actual test reports are available but do not submit these test reports at this time. g. A list of simulant chemicals that the proposed product detects. h. A comparison matrix identifying the capabilities of the proposed product against the draft performance specification (separate document attached to this announcement). i. Product cost in quantities less than 100 for the Commercial JCAD test requirements. j. Projected production cost at a rate of 20,000 units per year. k. Prior customers for the proposed product, including customer points-of-contact (names and telephone numbers). l. Identify location and throughput of production facilities m. The JPM NBC CA may request you to provide an oral presentation of your product, not to exceed 30 minutes, followed by a 30-minute question and answer session. The requested information should be submitted electronically in Adobe Portable Document Format (.pdf). The system photographic image may be submitted in a separate (.jpg) file. When printed onto single-sided letter-size sheets the submitted information s hould not exceed ten (10) sheets. The information should be forwarded electronically to- Mr. Louis P. Kosydar System Manager, JCAD louis.kosydar@apgea.army.mil 410.436.2147 FAX 410.436.7917 End of document
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Country: US
- Zip Code: 21010-5424
- Record
- SN00560978-W 20040408/040406212320 (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 |