Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SPECIAL NOTICE

A -- Next Generation Personnel Decontamination (NGPD)

Notice Date
7/22/2016
 
Notice Type
Special Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
PANAPG-16-P-0000-082628
 
Archive Date
8/30/2016
 
Point of Contact
Christine Sordillo, , Joseph Novick,
 
E-Mail Address
christine.f.sordillo.civ@mail.mil, joseph.novick@navy.mil
(christine.f.sordillo.civ@mail.mil, joseph.novick@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) General Information Document Type: Request for Information Reference Number: PANAPG-16-P-0000-082628 NAICS Code: 325998 - All Other Miscellaneous Chemical Product & Preparation Manufacturing Posted Date: 22 July 2016 Response Date: NLT COB 15 August 2016 Contracting Office Address ACC-APG, Natick Contracting Division ATTN: AMSRD-ACC-N Natick Contracting Division, Building 1 Kansas Street, Natick, MA 01760-5011 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY in regards to development of low-cost, Federal Drug Administration-cleared toxic chemical neutralizing countermeasures (for use on abraded skin or whole body).This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. REQUEST FOR INFORMATION (RFI) Objective: The Joint Project Manager for Protection (JPM P) is seeking information to develop low-cost, Federal Drug Administration-cleared toxic chemical neutralizing countermeasures (for use on abraded skin or whole body). This countermeasure may be used to field a personnel decontamination capability in the future that can neutralize chemical and biological agents with no ill-effects even when applied to open wounds. In the near term (Fiscal Year 2017-2021), and at a minimum, the Government intends to: • Evaluate products that demonstrate improved effectiveness against a broader range of threats • Evaluate products that significantly decrease cost and logistical burdens over currently fielded personnel decontaminants The result of this market research will contribute to determining the acquisition approach. The Government seeks information on novel concepts, emerging technologies, and available products that may address the following key issues: Cost: Current fielded products present an unacceptable cost-burden to the Government. The Government is interested in systems that reduce operational costs and minimize the need for controlled storage. The Government will analyze solutions for sustainability, unit costs, and lifecycle costs across multiple fiscal years. Performance: The Government is interested in stand-alone systems and systems, that when used in conjunction with other capabilities, provide improved personnel decontamination. The Government is interested in products and technologies associated with immediate, operational, and/or thorough personnel decontamination. Respondents should submit the following to this RFI: 1. Company name, address, identification of business size and type, and point of contact information (name, phone number, & email address) of the vendor responding 2. Assessment of the technological maturity and any risks associated with technological advancement of the product (See Note 1) 3. Any available design concepts for development of decontaminants and applicators 4. Test reports and other documentation to support claimed performance characteristics 5. Unique test methods required to assess performance 6. Unique manufacturing techniques, manufacturing location, and manufacturing readiness level (See Note 2) 7. Availability of products(s) 8. Use of product (i.e., where and how it is currently used) or expected/intended use of product if it is not currently in use elsewhere 9. Source of product 10. Representative samples 11. Packaging, handling, storage, and transportation requirements/ procedures to include, but not limited to, any toxicological information, safe handling instructions, corrosiveness information, flammability, and any dangerous reactions 12. Price of Product/ Price Lists; again, the Government is particularly interested in reduced storage/ replacement/ sustainability costs. Note 1: The Government may conduct an independent Technology Readiness Assessment (TRA) in accordance with DoD TRA Guidance, published April 2011. Note 2: The Government may conduct an independent Manufacturing Readiness Assessment (MRA) in accordance with DoD MRA Deskbook, published May 2011. A suggested submission organization for this RFI is as follows: • Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address and date (Item 1 above) • Executive Summary • Responses to Items 2-11 above • Price information (Item 12 above) After a review of RFI responses, the Government may request additional information on those products or technologies that demonstrate a likelihood of meeting the broad cost, schedule, performance, and sustainability parameters listed above. Respondents are advised that submission of products is on a voluntary basis, and under no circumstances will the Government pay for information or samples. All data and/or intellectual property that are marked or designated as corporate or proprietary and submitted will be fully protected from release outside the Government. Response Submission Interested parties are requested to submit information in response to this RFI no later than COB 15 August, 2016 directly to: Joseph Novick Joint Project Manager Protection 50 Tech Pkwy Suite 301 Stafford, VA 22556 No telephonic or electronic responses will be considered. Questions Questions regarding this RFI should be submitted via email to Christine Sordillo, Contract Specialist, at Christine.f.sordillo.civ@mail.mil and shall reference the RFI number in the subject line. DISCLAIMER THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c87c55749092f772c22f3da94c075474)
 
Record
SN04192673-W 20160724/160722234134-c87c55749092f772c22f3da94c075474 (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.