Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOURCES SOUGHT

10 -- RFI for Wide Area Decontamination Systems (WADS)

Notice Date
5/25/2021 11:26:34 AM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-RFIforWideAreaDecontaminationSystems(WADS)
 
Response Due
6/2/2021 2:00:00 PM
 
Archive Date
06/17/2021
 
Point of Contact
Laura Biszko, AK Lewis
 
E-Mail Address
laura.c.biszko.civ@mail.mil, akanksha.r.lewis.civ@mail.mil
(laura.c.biszko.civ@mail.mil, akanksha.r.lewis.civ@mail.mil)
 
Description
This is a request for information (RFI) only. This is not a Request for Quotation, Request for Proposal or an Invitation for Bid. 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 will not be considered as offers and will not be accepted to form a binding contract. The costs of preparing and submitting responses to this RFI will not be reimbursed by the Government.�� The Joint Program Executive Office for Chemical Biological Radiological and Nuclear (CBRN) Defense and Joint Project Manager for CBRN Protection are seeking to obtain better knowledge and understanding of industry capabilities regarding semi-autonomous/ autonomous wide area decontamination technologies. The Wide Area Decontamination Systems (WADS) will provide contamination mitigation against chemical and biological warfare agents on various types of terrain and exterior of fixed site facilities. The WADS system seeks to: Reduce the time required to decontaminate and recover combat power (Under 12 minutes per medium tactical vehicle) Reduce the number of CBRN personnel (Under 30 people) Reduce the requirement for resources (Waterless or under 500 gallons of water and 50 lbs of decontaminant per medium tactical vehicle) Improve the efficiency of the decontamination process and improve safety by reduction in the need for Service member proximity to the CB hazard. Autonomous/semi-autonomous options all or part of the decontamination process Ease of operation (no specialized tools or requirements) Able to operate in Basic Cold (-25�F/-32�C) to Hot Dry (120�F/49�C) plus an additional 10�F/5�C (130�F/54�C) maximum operating temperature Responses should include a comprehensive list of all equipment, decontaminates, technology and instructions necessary to effectively conduct equipment decontamination for CB hazards. Responses should include as much of the following information available: Manufacturer Product name Estimated unit cost for a complete system Product description to include: Description of decontamination technology and method, including estimated technology readiness level and/or manufacturing readiness levels Total decontamination method cycle time(s) Efficacy data on the decontamination (removal or neutralization) of chemical hazards, biological hazards, and/or simulants Mitigation technology(ies) and Material Safety Data Sheets (if applicable) Description of system/technology scalability if applicable Storage/shipping configuration Total weight and cubic size of proposed item�s shipping configuration(s) Dimensions of system in operational configuration Shipping or transportation restrictions or limitations Equipment list and user manual/instructions Any specialized tools required to operate or set-up system Description of power requirements Description of required consumables, if applicable (ex. water) Manpower required to operate, set up and breakdown system and all associated procedures (to include number of personnel and equipment) Operating temperatures and/or environmental restrictions Manufacturer production capability, include maximum and minimum production rates by month Identify if the system is currently being used by commercial industry and/or government, provide names and/or examples of users Any data rights assertions/anticipated assertions Any factors that will significantly impact costs If there are any significant lead times for systems/materials It is requested that vendors having systems or technologies believed to be suitable as described herein, submit electronic copies of any available product data sheets, related brochures, descriptions, price lists, technical/operator manual(s), test reports, associated Material Safety Data Sheets, or other documentation as available and deemed appropriate. There is a ten page limit on submissions outside of any additional documents listed here. This RFI is issued solely for gathering information and does not constitute a solicitation or the issuance thereof. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will become Government property and will not be returned. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.� Responders are solely responsible for all expenses associated with responding to this RFI. The information in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to CCDC Soldier Center via e-mail ONLY to laura.c.biszko.civ@mail.mil and akanksha.r.lewis.civ@mail.mil no later than June 2, 2021 by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to laura.c.biszko.civ@mail.mil and akanksha.r.lewis.civ@mail.mil no later than May 27, 2021 by 5:00 p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement. Amendment 0001 to answer questions: Q1: Can you tell me if these services are currently being performed by a contractor? A1: The operations are done by the military and not a contractor. Q2: Is the system for decontaminating large areas of contaminated ground (i.e. a field, site, facility), or is it for large pieces of equipment (i.e. medium / large trucks, tanks, etc) or both. A2: The primary focus would be on large contaminated grounds (i.e. a field, site, facility) however we are also looking at large equipment as part of a total solution. Amendment 0002: Q3.������ What TRL is responsive to the RFI? A3.������ We do not have a defined TRL level in mind for the response, obviously the more advance the technology the better so that we can get the solution out to the warfighters. We are considering all levels to ensure we provide the best options for the foreseeable future. Q4.������ Are you looking for off-the-shelf solutions, or development? A4.������ We are considering both. Q5.������ What is the expected timeline from award to fielded unit(s)? A5.������ The program is an official FY 22 new start with an anticipated MS A in the beginning of FY23. Q6.������ What is the expected eventual order size? A6.������ We do not have that information at this time. Q7.����� �Decontamination of a field, street, or parking lot is essentially a 2-dimensional surface application, whereas decontamination of equipment, vehicles, or building exteriors is a 3-dimensional surface application � are you looking for an intelligent system that can articulate decontaminant application for both 2D and 3D surfaces?���� A7.������ Both 2D and 3D surfaces are being looked out. We are not opposed to having two different systems if separating processes will provide better decontaminating options.� As stated in the RFI, this is an information gathering exercise. We are trying to gather as much information as possible in order to present a complete picture to the users before we pick a path to proceed with. All information is welcome regardless of developmental timelines.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/69bf19b48c3e4c5281151b5861e1ab29/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06012828-F 20210527/210525230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.