Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

16 -- Joint Service Aircrew Mask Joint Strike Fighter Chemical and Biological Protection Filter

Notice Date
1/18/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
JSAM-JSF-CBPFilter
 
Archive Date
3/20/2018
 
Point of Contact
Angel Y. Quander, Phone: 4104368565, JeNeane O. Solomon, Phone: 4104170966
 
E-Mail Address
angel.y.quander.civ@mail.mil, jeneane.o.solomon2.civ@mail.mil
(angel.y.quander.civ@mail.mil, jeneane.o.solomon2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. The Joint Project Manager, Protection (JPM P) is issuing this sources sought announcement as part of a market survey to establish a baseline of knowledge within industry relative to the technical maturity and availability of Chemical and Biological (CB) protective filter for use in all variants of the Joint Strike Fighter (JSF) that will provide combined protection for CB. The JPM P wishes to identify potential sources that may possess the product required to meet the requirements of the Joint Service Aircrew Mask (JSAM) Aircrew Filter Pack (JAFP). Background: The JSAM-JSF is a system for individual pilots that offers above the neck percutaneous, ocular, and respiratory protection against CB warfare agents. The JAFP is the primary filtration component of the JSAM-JSF. It is responsible for reducing CB agents, in air and enriched oxygen, to a safe ocular and inhalation level for pilots. The JAFP is specifically designed to integrate with the JSAM-JSF mask and JSF Life Support System and Pilot Flight Equipment within the F-35 cockpit. The JAFP filter requirements include in part: [1] Protect the pilot against field levels of chemical agents (liquid, aerosol and vapor). [2] Absorbent shall comply with MIL-DTL-32101. [3] Inlet and outlet shall interface with JSAM-JSF three pin connections. [4] Weight shall not exceed 425 grams. [5] Meet all performance requirements after 10 years of storage in its packaged configuration. [6] Meet all performance requirements after 1 year of unpackaged storage in temperatures from -32°C to +49°C. [7] Meet all performance requirements after exposure to rough handling, temperature shock, fungus, ozone, salt fog, and cold temperature drop. [8] Diameter shall not exceed 5.51 inches excluding the inlet and outlet, and height shall not exceed 3.26 inches. Vendors that can provide an existing product or a modified product that meets or exceeds the above requirements are invited to submit the following information in a capability statement: 1) product summary, 2) complete description of technical characteristics, capabilities and product maturity, 3) photographs, diagrams, drawings and descriptions of proposed technologies, and 4) current or projected production capacity. Vendors shall also indicate if commercially developed/non-developmental items or components may be used or proposed. Vendors are requested to submit their Capability Statement to the point of contact noted below. This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government for follow-on-acquisition. The Government does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this Notice and Government use of such information. All proprietary data that the respondent intends to be used only by the Government for evaluation purposes must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104.4;52.215-1(e). The respondent must also identify all technical data contained in the information paper that is to be treated by the Government as 'subject to restrictive markings'. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the information paper. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the government's view of the information received. Respondents are instructed not to send any material that requires a non-disclosure agreement. Responses to this notice will not be returned. Responses should be submitted, as indicated above, and at a minimum, should include: RFI number, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), cage code, informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. 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. Submission shall not exceed 25 pages. The electronic submission shall be submitted in Portable Document Format (.pdf) or Microsoft Word (.docx) format. The email subject line shall contain the following description, "JSAM-JSF-CBPFilter, Vendor Name". Electronic submissions are required and shall be sent to the following email addresses: timothy.r.krakowski.civ@mail.mil ryan.adams@usmc.mil Contracting Office Address: ACC-APG SCRT-Edgewood, ATTN: CCAP-SCE E4215 Brigade Street, Aberdeen Proving Ground, MD 21010-5424
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/59d234de8fafbc34a7c970c042c8228c)
 
Place of Performance
Address: ACC-APG SCRT - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, Maryland, 21010-5424, United States
Zip Code: 21010-5424
 
Record
SN04793314-W 20180120/180118231404-59d234de8fafbc34a7c970c042c8228c (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  © 1994-2020, Loren Data Corp.