Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2006 FBO #1522
SOURCES SOUGHT

46 -- INDIVIDUAL WATER TREATMENT/PURIFICATION DEVICES

Notice Date
1/24/2006
 
Notice Type
Sources Sought
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-06-C-XXXX
 
Response Due
2/24/2006
 
Archive Date
4/25/2006
 
Small Business Set-Aside
N/A
 
Description
The Natick Soldier Center at the U. S. Army Research, Development and Engineering Command, Natick, MA is conducting a market investigation on behalf of the Product Manager-Clothing and Individual Equipment, to identify domestic products, suppliers an d manufacturers of individual water treatment/purification devices (or combination of devices) with the capability or potential to meet military requirements for developing potable water in the field. The U.S. Army is interested in identifying firms with products, technologies, and capabilities to provide a man-portable, water treatment/purification device for individual Soldier use in purifying water (for drinking) from indigenous surface water sources in basic, hot and cold environments. The device shal l fit and be compatible with current and future organizational clothing and equipment such as on-the-move hydration system designs (i.e., MOLLE hydration bag), standard military canteens, or both. Purification device(s) sought must be lightweight (6 oz. d evice desired, but not more than 10 oz.), easy to use/clean/maintain, low bulk/compact, capable of producing potable water in its operational life with/without purification element replacement and meeting volume capacities of Soldier hydration needs (i.e., capacities equal to or greater than 150 Liters, or 200 Liters, or 400 Liters). It shall have a service life of 120 days and may include an indicator of service life status; it shall be storage stable for 5 years and be environmentally-safe during use and subsequent disposal. It shall be capable of resisting low temperature exposure/freezing and be fully functional on thawing. The device shall remove or resist growth and build-up of mold, mildew and bio-films. It shall be durable to a 6 foot drop and 3 00 pound load. The device must be capable of disinfecting and/or removing microbiological contaminants to levels as stated by The EPA Guide Standard Test Protocol for Microbiological Purifiers (bacterial removal to 6-log, viral removal to 4-log, and proto zoan cyst removal to 3-log) or better. The water purification time must be not more than 20 minutes (desire less than 15 minutes) with a flow rate of not less than 200 mL/min. Batteries, if used, must be a commercially-available type and of weight and bu lk compatible with the overall device requirements for weight and bulk. Consideration will also be given to removal of toxic industrial chemicals/materials (TB Med 577) to US Army short-term consumption standards from fresh, seawater, and brackish water s ources, removal of chemical/biological warfare agents (desired), and reducing turbidity (not greater than 1 ntu). The device should also be capable of resisting penetration/contamination by chemical/biological warfare agents (6 hr. min.) and shall not ha ve this capability reduced from contact with decontamination agents. Processed water shall be palatable (with reduced halogen content), with taste/flavor as in commercial bottled spring or municipal waters. Interested sources must, within thirty (30) day s following the publication of this synopsis, respond with information on their current commercial product(s) and how they might address the Military requirement. Interested sources shall include information detailed in the FedBizOps Note 25 regarding a f irm's experience, personnel, and facilities. Information should include product cost, technical information (i.e., technical literature, data and illustrations, photographs, patents), relevant company background/experience, and a sample (optional). Firms responding shall indicate whether or not they are a small business. Any information/samples submitted will not be returned. If a firm chooses to submit samples, no payment will be made by the Government for such samples. Responses to this notice are to be sent to Mr. Christopher Pentheny, U. S. Army Research, Development and Engineering Command, Natick Soldier Center, 15 Kansas Street, ATTN: AMSRD-NSC-IP-A, Natick, MA 01760-5019. This notice is for market research only. THIS IS NOT A REQUEST FOR QUOTATIONS. No solicitation document exists. The information received under this announcement may be used to purchase items for Government testing and/or prepare a solicitation package.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00972143-W 20060126/060124212226 (fbodaily.com)
 
Source
FedBizOpps 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.