Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2005 FBO #1210
SOURCES SOUGHT

A -- JSAM TYPE II FIXED WING

Notice Date
10/25/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
JSAM_05_sources
 
Response Due
11/22/2004
 
Point of Contact
Carol Estes, Contract Specialist, Phone 210-536-4109, Fax 210-536-3392,
 
E-Mail Address
carol.estes@brooks.af.mil
 
Description
SPECIAL NOTICE The Joint Service Aircrew Mask (JSAM) Program Office is seeking information from industry regarding aircrew chemical/biological (CB) masks which would be suitable for use in DoD fixed wing aircraft (to include high performance aircraft utilizing pressure breathing for “G” {PBG} and helmet-mounted display HMD systems), and rotary wing aircraft employing the Top Owl HMD system. This notice is not a formal solicitation for proposals nor does any response to this special notice obligate the United States Government into any contractual agreement. Any formal solicitation will be announced separately. Information gathered as a response to this special notice will be guarded as marked (e.g. proprietary). Responses are not limited to U.S. companies / U.S. manufactured products. 1 GOVERNMENT NEED 1.1 There is a need for a cost-effective solution(s) that provides the following: 1.1.1 Fixed wing DoD platforms which utilize pressure demand oxygen regulators (fixed wing non-PBG). Need date: (Sept 06) 1.1.2 Fixed wing PBG aircraft (F-15, F-16, F-18, F-22, F-35). 1.1.2.1 F-15, F-16, F-18 need date: (Oct 06) 1.1.2.2 F-22 interim solution need date: (Apr 05) State if you would need to provide an interim solution to meet this date, with a final solution to follow). 1.1.2.3 F-35 need date: (Feb 07) 1.1.3 Rotary wing aircraft employing the Top Owl HMD system (USMC AH-1Z and UH-1Y). Need date: (Apr 07) 1.2 The government desires a minimum number of respirator configurations to satisfy the needs stated in 1.1 1.3 The government desires a mature system with minimum amount of development to satisfy the needs stated in 1.1 2 REQUIREMENTS 2.1 A detailed system specification can be obtained by contacting the JSAM Contracting Officer, contact information is below at 4. 2.2 The government is interested only in solutions which will meet the following Key Performance Parameters (KPP’s) (Note: 2.2.5 and 2.2.6 apply only to PBG aircraft): 2.2.1 The system shall provide head, eye, respiratory, and percutaneous protection against a liquid chemical challenge of 10 grams/square meter and a chemical vapor exposure of 20,000 mg-min/meters3 {objective 50,000 mg-min/meters3}. 2.2.2 All materials in the system shall prevent chemical agent permeation (liquid, aerosol and vapor) for a period of 16 hours {Objective 24 hours} in the presence of the challenge levels stated in 2.2.1 Materials which contribute to eye and respiratory protection shall protect to miosis levels. 2.2.3 The system shall provide at least a 0.88 probability with 90 percent confidence of achieving a Quantitative Fit Factor (QFF) of 20,000 for the specified population in the presence of the challenge levels stated in 2.2.1 {The objective is to provide a QFF of 120,000}. QFF shall be as defined by Appendix F of the system specification. 2.2.4 The system shall provide at least a 0.88 probability with 90 percent confidence of achieving a Quantitative Fit Factor (QFF) of 50,000 for the specified population against biological agents {Objective of 120,000}. 2.2.5 Aircrew G-endurance when employing the system (in combination with a positive pressure oxygen regulator, a chest counter-pressure vest, an anti-G suit, and an anti-G straining maneuver) shall be equal to that provided by COMBAT EDGE during air combat maneuvering flight up to and including +9Gz sustained for 15 seconds (with a +6Gz/second onset rate). {As an objective, the system shall enhance aircrew anti-G endurance under the same conditions}. 2.2.6 The system shall provide an uninterrupted mask seal at up to 60mmHg pressure breathing at up to and including +9 Gz for 15 seconds (with a +6 Gz/second onset rate). 2.3 Other selected threshold requirements: 2.3.1 The solution(s) should integrate with below the neck chemical protective garments (e.g. the Joint Protective Aircrew Ensemble) to provide head-eye-respiratory and percutaneous protection (excluding hands and feet) against CB warfare agents for 16 hours (objective of 24 hours). 2.3.2 The solution(s) should integrate with aircraft oxygen regulators to provide hypoxia protection throughout the performance envelope of the aircraft. 2.3.3 The solution(s) should be capable of being doffed (after CB contamination) during aircrew processing without the spread of contamination. 2.3.4 The solution(s) should integrate with aircraft systems and aircrew life support equipment without the need for modification. 2.3.5 The solution(s) should be capable of being worn comfortably for 16 hours, while permitting accomplishment of all normal and emergency aircrew duties. 2.3.6 The solution(s) should impose less thermal stress than legacy aircrew CB respirators. 2.3.7 The solution(s) must simultaneously integrate with all optical devices required for safe, effective mission completion (e.g., vision correction, night vision devices, laser eye protection, helmet-mounted displays, and weapon sighting systems). 2.3.8 The solution(s) must be compatible with aircraft ejection systems and not present additional hazards to ejection (for those aircraft so equipped). 2.3.9 The solution(s) must provide static field of view and available head mobility that results in field of regard greater than legacy aircrew CB respirators. 2.3.10 The solution(s) should feature a face piece which can be donned/doffed as necessary based on the threat and mission profile. 2.3.11 All materials used in the solution(s) must be flame resistant. 3 QUESTIONS 3.1 What solution(s) do you have that are available now (already developed) that will meet the requirements of the aircraft in 1.1.1, 1.1.2, and 1.1.3 above? For each solution, provide/answer the following: 3.1.1 Describe your solution(s) and its existing capability. Provide a description of each component of your system (physical properties, performance). Does/would your system have any aircraft mounted components and/or require any modifications to the airframe? What type of packaging does your system require? What type of packaging do you offer for filters? 3.1.2 Provide any functional prototypes of your solution(s), if they are available. Including prototypes, supply an estimated cost and schedule to include delivery, test, integration. Can you provide any ROM information at no cost to the government? 3.1.3 Describe how your solution(s) will satisfy the following integration requirements of the F-15, F-16, F-18, F-22, F-35, AH-1Z, and UH-1Y: --Aircraft/cockpit integration --Aircrew life support equipment (Air Force, Navy/USMC as applicable) --Optical integration (vision correction, night vision devices, laser eye protection, helmet mounted displays, sunlight protection) 3.1.4 Although the Government may perform testing on prototypes, request all available data (test, analysis, etc.) to verify ability of system to meet KPP requirements. 3.2 If you do not have available (already developed) solutions for the aircraft in 1.1.1, 1.1.2, and 1.1.3 above, when could you have solution(s) available? Provide estimated development time and budget for each solution. If yes, are you close to a production item? 4 ADMINISTRATIVE NOTES 4.1 Assuming that sufficient technology exists, respondents should be prepared to participate in product demonstrations at the convenience of the Government. These are intended to facilitate additional information exchange between Government personnel and those respondents that have submitted information and product samples that meet the KPPs mentioned above. The Government reserves the right to meet with all, some, or none of the respondents. 4.2 Submissions shall be on CD in Microsoft office compatible programs (word/excel/adobe). Submissions should be clearly marked with the company information (name / address / point of contact / phone numbers / CAGE code / etc.). All responses/comments be mailed or express delivered to be received by 4pm CST, 29 November 2004. Firms responding should indicate whether they are a small business, a small disadvantaged business (SDB), or large business. Responses should be addressed to the 311 Human Systems Wing, JSAM Program Office (311HSW/YACP), Attn: Mr. Gene Lazo; 7980 Lindbergh, Brooks AFB, TX 78235-5119. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/HSW/JSAM_05_sources/listing.html)
 
Record
SN00772168-F 20050320/050318214740 (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.