Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOURCES SOUGHT

68 -- Chemical Agent Detector Confidence Checker Stimulant Container

Notice Date
7/6/2009
 
Notice Type
Sources Sought
 
NAICS
327213 — Glass Container Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Edgewood, RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-09-X-0187
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
LaVetta Wynn-Smith, (410) 436-2739<br />
 
E-Mail Address
RDECOM Acquisition Center - Edgewood
(lavetta.wynnsmith@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W911SR-09-X-0187 MARKET SURVEY SOURCES SOUGHT SYNOPSIS Survey for Industry Interest in the Manufacture of a Chemical Agent Detector Confidence Checker Stimulant Container (CC-SC) This is a Sources Sought Synopsis ONLY. Requests for copies of a solicitation will not receive a response. The Joint Project Manager for Nuclear, Biological, and Chemical Contamination Avoidance (JPM NBC CA) and the National Institute of Standards and Technology (NIST) are conducting market research to identify manufacturers capable of mass producing low-volume glass vials for containing chemical agent detector stimulants. If you currently manufacture a suitable product or have a process to manufacture a suitable product, please respond to this notice no later than 4:00 PM EST, August 11, 2009 Requirement: 1)The manufacturer shall be capable of completing the technical data package and mass producing the unique glass vials. Key vendor capabilities are: a.Engineering capability for final production processes and production of a complete technical data package for the glass vials. b.Manufacture or sub-contract production of a uniquely shaped, small, thin walled glass vial. The glass vial shall have an internal volume of approximately 50 microliters. c.The vial shall be designed to break and release the contents when pressure is applied by two fingers. d.A preliminary design drawing is available by request, once manufacturer has a non-disclosure agreement in place. 2)The proposed CC-SC acquisition program will require manufacturing sources to provide the following material and services to the Government under the provisions of a firm fixed price (FFP) contract. a.Five (5) vendor samples of similar products. b.Statement of capability to produce the glass vial and identification of in-house equipments to produce the glass vial. c.Identification of major subcontractors. d.Identify the material, quality control and production procedures, and engineering technical data package. 3)The JPM NBC CA and NIST Team requests that industry sources interested in participating in the CC-SC production respond to this Government request with the following information: a.Name and location of the facility for the engineering and manufacturing for the proposed product. b.Technical information on similar products produced including quality control procedures. c.Marketing literature for similar products. d.Product photographic image. e.Date of availability of vendor samples. f.A list of chemicals that the vendor has previously used to fill vials. g.Product cost in quantities less than 500 for testing. h.Projected production cost at a rate of 30,000 and 60,000 units per year. i.Prior customers for similar products, including customer points-of-contact (names and telephone numbers). j.Identify location and throughput of production facilities k.The JPM NBC CA and NIST 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. l.The JPM NBC CA and NIST may request that you host a Government tour of your engineering and production facilities. 4)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 should not exceed ten (10) sheets. This sources sought announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U. S. Government is in no way liable to pay for or reimburse companies or entities that respond to this announcement. All costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this program is appreciated. Respondents will not be notified of the results of the information submitted. All interested parties should reply by submitting a response no later than 4:00 PM (EST) August 11, 2008 to: Mr. Louis P. Kosydar System Manager, TCC-SC louis.kosydar@us.army.mil 410.436.2147 FAX 410.436.7917 Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD13/W911SR-09-X-0187/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD<br />
Zip Code: 21010-5424<br />
 
Record
SN01866196-W 20090708/090706235943-53a7c94bc7912adeacf3c5e376308cfa (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.