Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
MODIFICATION

A -- Real Man in Simulant Program: Modification of Previous Notice

Notice Date
8/28/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-06-R-0016
 
Response Due
9/26/2006
 
Archive Date
11/25/2006
 
Small Business Set-Aside
N/A
 
Description
The scope of work outlined in the original announcement issued on 24 AUG 2006 shall be changed to the following: Offerors shall provide 25 reusable or 75 disposable sensors and at least two sets of sampling system data collection hardware and softwa re, if the proposed system includes the data transmission and collection as part of the overall system. Sensors provided shall be specific for MeS and meet the following technical specifications: Real-time sensor performance requirements include threshold and objective requirements. Threshold and objective requirements are identified by (T) and (O), respectively. A threshold requirement denotes a minimum acceptable performance requirement while an objective requirement denotes the desired operational capa bility to meet system performance goals. If a requirement is not identified by (T) or (O), then the requirement is to be considered a threshold requirement. (a) Sensors shall respond to exposure to the simulant Methyl Salicylate (MeS) in challenge conce ntrations of 100 plus/minus 15 ng/ m? (T) and 25 plus/minus 2.5 ng/m(3) (O). (b) Sensors shall respond and clear down in less than 30 seconds (T) and 0.5 seconds (O) to an exposure. (c) Sensors shall demonstrate capability to measure concentration of MeS present to within 10 percent of the actual value. (d) Sensors shall provide a measurement with 95 percent Reliability and 95 percent Confidence over a range of detection from 25 ng/m(3) to 1 mg/ m(3) (T) and 25 ng/m(3) to 100 mg/m(3) (O). (e) Sens ors shall make accurate, reliable measurements under conditions of 20  100 percent RH and 50-125 degrees F (T) and 0-125 degress F (O). (f) Sensors shall be disposable (T) and re-usable (O). If reusability is required to mitigate cost, sensors must demo nstrate that they can be cleaned, disinfected, calibrated, and meet the performance requirements for each successive use. (g) Sensors shall operate continuously for four (4) hours. The power source shall be contained within the sensor envelope. (h) Cos t shall not exceed current operational costs of $60 per sample (T) at an individual location. The goal is to reduce testing costs to at least $5 per sample (O) at an individual location. Requirement may be attained by a low-cost, single use sensor or a m ore expensive multiple use sensor. (i) Sensors shall present no short term or long term health effects to the test participant. Offeror shall provide any MSDS information available. (j) Sensor dimensions shall be no larger than 1-1/2 inch x 1-1/2 inch x 1/4 inch (T) and 1 inch x 1-3/8 inch x 1/8 inch (O). (k) Sensors shall maintain performance requirements after being subjected to a four (4) foot (T) or six (6) foot (O) in accordance with MIL-STD-810F section 516.5. (l) Sensors shall be capable of op eration for 4 hours (T) and 12 hours (O) after calibration. Offeror shall provide sensor calibration procedures. (m) Sensors shall be capable of operation for 4 hours (T) and 12 hours (O) after operational maintenance. Operational maintenance is defined as the required maintenance procedures to prepare the sensors for each successive test trial, for example, cleaning the sensor, disinfecting the sensor, battery replacement, etc. Offeror shall provide sensor maintenance procedures. (n) Sensor data outpu t shall be in analog (T) or digital (O) format for compatibility with current data collection system. Offeror shall provide sensor data output format. (o) Offeror shall identify any current wireless data telemetry capability, along with specifications of the system used for data transmission and collection. If not data telemetry enabled, offeror shall specify the signal and data output format. (p) Sensors shall be designed to be worn on the test participants skin in the locations as shown in figure 1, at a minimum. (q) Sensors shall operate in accordance with performance requirements without interference from water or other common gas-phase compounds emitted from a body during exercise. (r) Offeror shall provide a plan for the production of the sensors if selected. Offorer shall describe process used for production of current sensors and changes from this process required to meet production requirements of t hese specific sensors. If the sensors are disposable, sensor production will be based on 10,000 sensor per year consumption rate. If the sensors are not currently produced in any form, a plan must be developed for ultimate production of sensors in larger quantities or as multiple systems. The plan shall include subcontractor tasks that are or will be used to support the effort and a description of their capabilities.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01127680-W 20060830/060828221407 (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.