Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOURCES SOUGHT

99 -- XM69 Joint Service Aircrew Mask for Strategic Aircraft (JSAM SA) (NAICS 541712) - EA-M-2380 JSAM SA Performance Specification

Notice Date
6/8/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-JSAMSA-541712
 
Archive Date
7/15/2017
 
Point of Contact
LaVetta D. Wynn-Smith, Phone: 410-436-2739, Jonita L. Joyner, Phone: 4104368426
 
E-Mail Address
lavetta.d.wynn-smith.civ@mail.mil, jonita.l.joyner.civ@mail.mil
(lavetta.d.wynn-smith.civ@mail.mil, jonita.l.joyner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This specification covers the performance requirements for one type of chemical-biological This Special Notice is being posted as a Request for Information (RFI) for market research and planning purposes only. This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this RFI. 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, and the Government will not reimburse respondents for preparation of the response. Response to this RFI is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. 1.0 Description 1.1 The JSAM SA program is conducting market research via this Special Notice Request for Information (RFI) to receive feedback on how an interested contractor could meet the technical requirements of the XM69 chemical and biological (CB) protective mask system performance specification. 2.0 Background The JSAM SA program is moving towards the production and deployment of an affordable CB protective mask system that will be used by 80% of fixed-wing aircrew across the Air Force, Navy, Army, and Marine Corps. In preparation for developing the request for proposal (RFP) and deciding the appropriate contract types, the Government is querying industry on their capabilities to produce these masks. 3.0 Requested Information The Government is requesting responses to the following questions: a. Is there an existing commercial system(s) that meets the technical requirements of the XM69 CB mask system performance specification, which is a separate document accompanying this RFI? Provide a description of the existing commercial system(s). b. If available, what is the published purchase price for the existing commercial system(s) identified in question a above? What is the minimum quantity associated with this unit purchase price? A step-ladder pricing table can be provided, if available. c. What is the time required to manufacture and deliver the existing commercial system(s) identified in question a above? d. What is the maximum monthly production rate for the existing commercial system(s) identified in question a above? e. What is the minimum monthly production rate for the existing commercial system(s) identified in question a above? 4.0 Submission Instructions a. All written responses to this RFI must be received by 3:30PM EST on 30 June 2017. b. Submissions shall: 1. Use Microsoft Word or Adobe Portable Document Format (PDF) and be limited to five (5) pages for Section 2. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 2. Section 1 of the RFI response shall provide administrative information and include at a minimum: name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, e-mail of designated point of contact, and business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. 3. Section 2 of the RFI response shall include a detailed response to the questions in section 3.0 (above) or indicate "no response" if the vendor does not have a response to the question. The responses should provide enough detail for the Government to determine the vendor's capability. 4. Responses to this RFI shall be submitted via email Jonita Joyner (Contracting Officer) at jonita.l.joyner.civ@mail.mil and LaVetta Wynn-Smith (Contract Specialist) at lavetta.d.wynn-smith.civ@mail.mil. 5.0 Point of Contact Please send responses via email to Jonita.l.joyner.civ@mail.mil, and lavetta.d.wynn-smith.civ@mail.mil no later than 30 June 2017 3:00pm EST. 6.0 RFI Attachments EA-M-2380 Performance Specification for Mask, Chemical-Biological: Protective XM69, 15 December 2016 7.0 Contracting Office Contracting Office Address: E4215 Austin Road APG, Maryland 21010 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af75b89063f98196357227fd7471c5bf)
 
Place of Performance
Address: N/A, United States
 
Record
SN04537986-W 20170610/170608235127-af75b89063f98196357227fd7471c5bf (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.