SOURCES SOUGHT
99 -- Contaminated Human Remains Transport System
- Notice Date
- 1/9/2008
- Notice Type
- Sources Sought
- NAICS
- 339995
— Burial Casket Manufacturing
- 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
- W911QY08HRDS
- Response Due
- 2/8/2008
- Archive Date
- 4/8/2008
- Point of Contact
- Thomas Bouchard, (508) 233-4026
- E-Mail Address
-
Email your questions to RDECOM Acquisition Center - Natick
(Thomas.Bouchard@natick.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Human Remains Decontamination System (HRDS) Program Manager is conducting a market survey to determine the availability of a Human Remains Decontamination/Transport System. This system will provide the capability to ensure the safety of personne l handling and processing chemically, biologically, or radiologically (CBR) contaminated human remains and provide the ability to repatriate those remains in accordance with established DoD policy (Publication JP 4-06, Mortuary Affairs in Joint Operations ). The HRDS is envisioned to include three sub-systems: a system to provide for the safe transportation of contaminated remains from the point of fatality to a Mortuary Affairs Decontamination Collection Point (MADCP); a system to provide a means to dec ontaminate the remains and allow Mortuary Affairs (MA) personnel to safely and effectively conduct their mission; and a system to provide for the safe and legal transportation of potentially contaminated remains from the decontamination point to the United States for disposition. The HRDS program manager seeks responses for an integrated system that fulfills all three missions. Parameters for the handling of remains from point of fatality to the MADCP system include: demonstrate liquid and hazardous vap or containment for 48 hours, demonstrate survivability after being decontaminated once externally with standard military decontaminants (e.g. Reactive Skin Decontamination Lotion (RSDL), soapy water, or household bleach). Parameters for the decontaminatio n of Remains include: demonstrate that the system provides a safe and effective work environment for personnel performing the MA Mission, demonstrate the systems ability to provide a means to reduce the CBR hazard to personnel; including efficacy of decon tamination methods; facilitate the MA Mission. Parameters for the transportation of remains from the MADCAP back to the United States include: demonstrate liquid and vaporous containment for a minimum of 30 days, demonstrated ability to meet United Natio ns (UN) and International Air Transportation Association (IATA) standards for transportation of hazardous material. For all sub-systems decontaminants proposed, please provide evidence of compatibility between the decontaminant and other materials in th e system, specifically including personal protective equipment and Mission Oriented Protective Posture (MOPP) equipment. Please provide a white paper (10-page limit) explaining the capabilities of the products and components. Include supporting documen tation as it applies. In addition to the parameters above, please address the following: a detailed description of the proposed system and sub-elements, decontamination procedures which could be used with the system, cost per system, dimensions, includi ng height, width, length, weight (as they apply); the weight capacity and internal dimensions of each container, concepts and methods used to ensure the systems impermeability to liquids and vapors/gases, transportation requirements for the product, power requirements, results of any pertinent testing; including results for protection/hazard mitigation against hazardous materials, Toxic Industrial Chemicals (TICs), or CBR agents; packaging requirements, production capability, MSDSs if applicable, shipping and storage requirements or restrictions. Please submit responses by February 8, 2008. Selected candidates will be notified of intent for further review by March 10, 2008. This request is for information and planning purposes only and is not to be considered as a commitment to the Government. This document will assist the Government in identifying potential sources. This is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly vo luntary and will not affect any corporations ability to submit an offer if solicitation is released. There is no bid package or solicitation document associat ed with this announcement. Point of Contact: HRDS Lead Systems Engineer, Susan Fanelli: fanellisl@jpmoip.org; (540) 657-5067
- Web Link
-
https://www3.natick.army.mil
(http://www2.fbo.gov/spg/USA/USAMC/DAAD16/W911QY08HRDS/US Army RDECOM Acquisition Center - Natick Contracting Division)
- 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
- Zip Code: 01760-5011
- Record
- SN01482111-W 20080111/080109224430 (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 |