Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOURCES SOUGHT

99 -- M41 Protective Assessment Test System (PATS) - RFI - M41 PATS

Notice Date
12/1/2016
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4215 AUSTIN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-17-R-M412
 
Archive Date
1/14/2017
 
Point of Contact
Dana Y. Nunley, Phone: 4438614683
 
E-Mail Address
dana.y.nunley.civ@mail.mil
(dana.y.nunley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 ROM Guidance Attachment 1 - ORD RFI Request for Information - W911SR-17-R-M412 1.0 PURPOSE The Edgewood Chemical Biological Center (ECBC) is requesting information from industry on its ability to modernize and upgrade the existing M41 Protective Assessment Test System (PATS) mask-fit testing devices. ECBC is issuing this RFI as part of a market survey to identify businesses with existing Commercial off the Shelf (COTS) or Government off the Shelf (GOTS) solutions meeting PATS criteria, and businesses that can integrate and test these solutions, as well as provide services for logistics (initial instrument training, training video, draft manuals, parts lists and assistance with review of Government Technical Manual production), information assurance support, and Government engineering and operational verification test support. The ECBC desires to establish a baseline of knowledge and will potentially use the information acquired from this RFI to optimize the PATS acquisition strategy to modernize the U.S. Army's mask fit test capability. The NAICS code for this RFI is 334519. 2.0 BACKGROUND The PATS is a military version of a commercial device designed to check the readiness of protective masks based on a miniature Condensation Nucleus Counter that continuously samples and counts individual particles that occur naturally in the surrounding air. The Army has determined through extensive user testing, military deployment, and field-use experience that condensation nucleus-counting based mask -fitting is currently the optimal system for the Army's Nuclear Biological and Chemical (NBC) Warfighting preparedness needs and integrates optimally with current Force Structure and Training. The PATS does not require special certification to use, nor does it demand the assignment of specific Military Operational Specialty (MOS) soldiers. The PATS as configured in the current system is designed to check the readiness of protective masks while being one man-portable and capable of surviving chemical biological and nuclear combat. The PATS continuously samples and counts individual particles that occur naturally in the surrounding air and does not require the introduction of special aerosols or the use of tents or chambers to assess quantitative mask fit. The PATS measures the concentration of these naturally occurring particles inside and outside the mask and verifies that: 1) the fit of the mask to the soldiers' face meets stringent fit-factor criteria, and 2) there are no critical leaks in the mask system. Additionally, the PATS can be used to help screen for unserviceable masks when a well-trained NBC Officer performs mask preventative maintenance checks and services (PMCS) in tandem with the PATS fit measurement. The Protective Assessment Test Instrument (PATI) with an accessory kit, supplies and carrying case comprise the system. PATS is used by the U.S. Army, U.S. Army Reserve, U.S. Army National Guard, U.S. Marine Corps, U.S. Air Force (active, guard, and reserve) and Surety Sites as well as by other Government Agencies including Department of Justice, the Department of State, and Central Intelligence Agency. The PATS modernization effort is being conducted because the current systems cannot be easily maintained or calibrated due to a constrained supply of critical calibration and maintenance repair components and the inability to manufacture specific components. 3.0 SYSTEM DESCRIPTION The modernized PATS will have electronic components that can be serviced and calibrated based on state of the art electronic systems. The source will have system integration capability, existing production, modernization, and maintenance capability. The modernized system shall be a one-man-portable mask-fit test- validation system in a Chemical Agent Resistant Coating (CARC) carrying case that can verify fit-factors between 1 and 100,000; this system in the case must be Nuclear Biological and Chemical (NBC) survivable, Combat Survivable (resistant to vibration, drop, temperature extremes, & pressure changes) and capable of being decontaminated if necessary without damage to the modernized PATS. The system in its carrying case shall be capable of surviving electromagnetic interference resulting from fallout generated by thermonuclear attack. The modernized system shall be combat-oriented and combat-capable such that it survives the rigors of the modern battlefield and asymmetric Guerilla style warfare to meet the needs of U.S. Warfighters. The modernized PATI shall not exceed dimensions of 9.5 inches long x 7.5 inches wide x 5.5 inches high. Total volume shall be less than 392 cubic inches. The carrying case shall not exceed dimensions of 16 inches x 15 inches x 10 inches. The total volume shall be less than 2400 cubic inches. The PATI shall weigh less than 4.2 lb. (1.9 kg). The test instrument in the carrying case shall weigh less than 22 lb. (10 kg). The modernized PATS shall have an external battery capability utilizing either Lithium Manganese Dioxide Power Sources standard to the Army (Military 6135-01-090-5364 Battery, BA-5347/U) or a D Cell Alkaline Battery power source. The Modernized PATS must be able to fit-test the M50 Joint Service General Purpose Masks (JSGPM) and the M50 series Joint Service Aircrew Masks (JSAM). Additional requirements for the prototypes are contained in the Operational Requirements Document-Catalogue of Approved Requirements Documents System (CARDS) reference index 1265, (Attachment 1). The modernized PATS will have electronic components that can be serviced and calibrated based on state of the art electronic systems. The Offeror shall explain how to calibrate the system being proposed and explain the recommended calibration frequency. The Offeror shall provide reliability parameters and have test data to substantiate Mean Time between Failure and the required calibration interval of no less than 18 months. The calibration procedures shall be explained in depth including the time to develop, install, systemize [shake down procedures]; and the projected cost. Use of existing calibration facilities is desired to reduce life-cycle cost but is not mandatory [current facilities are located in Redstone Arsenal, Alabama, three (3) and Kaiserslautern, Germany, two (2)]. Any calibration system shall be explained in full in terms of cost and schedule to develop as well as cost and schedule to install the calibration systems. The Offeror shall have the ability to travel to Redstone, Kaiserslautern, Aberdeen Proving Ground-Edgewood Area (APG-EA), MD to support Government engineering and operational verification testing. The Government will require a minimum of 390 modernized PATS systems for initial production. The systems shall be delivered to Government facilities according to a schedule to be mutually agreed upon between the source and ECBC within 4 months of contract. Instruments to be delivered will be in a Chemical Agent Resistant Coated Case or a combat resistant case that survives ASTM 4169 packaging tests. Responses to this RFI shall address cost and schedule for relevant mask fit test system and sub-component systems, calibration systems. The Offeror should be able to explain the time frame to provide production items for additional engineering technical tests and additional limited operational verification tests. The Offeror shall discuss any barriers to production, long lead times of mask fit test items and explain production of mask fit test devices and calibration equipment and calibration software to support fielding 9000 instrument systems in CARC cases to the U.S. Army over the next 5 years. 4.0 INSTRUCTIONS TO RESPONDENTS 4.1 CONTENT: At a minimum the responses to this RFI should include: a) For relevant systems that your company produces, please provide: 1. General description of the system 2. Description of how the system meets or does not meet each characteristic listed in Section 3.0 above 3. Describe the range of environmental conditions that the equipment can be operated 4. Rough Order of Magnitude costs for items listed in this section (i.e. system, case, calibration system or modifications to existing calibration system, etc.) b) Can your company design and manufacture a system that would meet the characteristics listed in Section 3.0? If so, please provide: 1. General description of the system 2. Projected quality, reliability, and maintainability data 3. Projected supportability and part and production obsolescence issues (over the next 20 years) 4. Projected support equipment for repair and calibration over next 20 years. 5. Describe the design, development, and testing process needed to develop a system that meets the characteristics listed in Section 3.0 above, please include estimated development time and associated risks. 6. Please provide test data and test reports regarding test conducted to prove the system meets the requirements of the Operational Requirements Document, CARDS Reference 1265. Please provide the names of reference test laboratories and points of contact where testing was accomplished? Please include summary of trials conducted at US Army Operations centers, such as Fort Leonard Wood and Joint Base Fort Dix. 7. Provide any preliminary instruction manuals, instructional videos or other information that the government can review to judge readiness for limited and full scale production. 8. Provide an assessment of difficulty of using existing calibration facilities at Redstone Arsenal and approximate time to make Redstone able to calibrate both old and revised PATS at the same time. Provide data and information on an alternative calibration system if one is recommended. Provide information regarding extending the calibration interval to longer than 18 months. 9. Please provide reference points of contact for Non-U.S. Governments that are purchasing modernized M41 PATS so that the U. S. Government can assess any soldier in the field experience data or information on delivery status from other countries. c) Provide a rough order of magnitude (ROM) cost estimate and delivery time for 390 and 18 production systems that would meet the general characteristics listed in Section 3.0 above. Consider both Firm Fixed Price (FFP) and Cost plus Fixed Fee (CPFF) mechanisms when preparing your response. Additional cost considerations may include, but are not limited to supplier capability, long lead times and supportability. ROM cost estimate guidance is provided as Attachment 2 of this RFI. d) Provide minimum estimated economic order quantity per year along with minimum and maximum production capacity out to FY23. List cost drivers for delivery, as well as production per unit cost using FFP model. See Attachment 2 for ROM cost estimate guidance. 4.2 FORMAT Submission: In order to better assist in the review of RFI submittals, respondents are encouraged to prepare a response that closely adheres to the following format: All responses shall be unclassified. The document format shall be either Microsoft Word (.doc or.docx), format. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5 quote mark by 11 quote mark paper and shall not exceed twenty (20) pages in length, excluding images, data displays, charts, graphs, and tables. Each respondent shall submit a response using the Army Source for Industry (ASFI) Online Bid Response System (BRS). See Attachment 3 for guidance for ASFI BRS submissions. In addition to the ASFI BRS submission, the respondent is required to submit one (1) Hardcopy package, three (3) electronic copies on CD or DVD. All disk submissions shall be in formats compatible with the Microsoft Windows XP operating system and be made, as appropriate, in Microsoft Word and Microsoft PowerPoint. All must be provided by the due date, and may be sent to the contracting office via courier service, hand delivered, or mailed, as specified below: Mailing Address: US Army Contracting Command (ACC) Aberdeen Proving Ground (APG) ATTN: CCAP SCE Contract Officer: Ted Kunzog / Dana Nunley Building E4215 Austin Road APG (Edgewood Area), MD 21010 5401 Disclaimer and Important Notes: This RFI does not constitute a Request for Proposal (RFP), Broad Agency Announcement (BAA) or a promise to issue an RFP. The Government will not pay for costs associated with developing a response to this RFI, nor does it commit the Government to enter into any Contractual agreement. The ECBC may issue a solicitation for this requirement in the coming months. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Although it is highly encouraged, not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary. Responses should be submitted as indicated above and, at a minimum, should include: RFI title, company name, address, telephone number, DUNS number, facsimile number, website address (if available), and type of business (large or small), informational paper addressing the areas of interest listed above, Brochures, published technical specifications, and 3rd party performance verification. Please identify your business as either Small Business (including Alaska Nature Corporation and Indian tribe), Veteran Owned Small Business, Service Disabled Veteran Owned small business, HUBZone Small Business, Small Disadvantaged Business (including Alaska Native Corporation and Indian tribes), and Women Owned Small Business) or a Large Business. The name, telephone number, and e mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included. DUE DATE: Submissions are due no later than 3:30 p.m., 30 DEC 2016, Eastern Standard Time (EST). Telephonic inquiries will not be accepted. QUESTIONS: All questions regarding this Request for Information may be submitted for a period of 14 calendar days. All Questions must be submitted no later than 3:30 p.m., 15 DEC 2016. No Questions will be addressed after 16 DEC 2016. Telephonic inquiries will not be accepted. Questions shall be submitted to both of the following Government Representatives: Dana.y.nunley.civ@mail.mil and theodore.m.kunzog.civ@mail.mil. ATTACHMENTS: Attachment 1 - Operational Requirements Document Attachment 2 - Rough Order of Magnitude (ROM) Guidance Place of Performance: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD 21010-5424 US Point of Contact(s): Dana.y.nunley.civ@mail.mil Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52803b9a1521d3b47968017694855016)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04340935-W 20161203/161201234752-52803b9a1521d3b47968017694855016 (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.