Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOURCES SOUGHT

42 -- RFI - Next Generation Mask Leakage Tester

Notice Date
6/26/2024 1:38:28 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
RFI-NextGenerationMaskLeakageTester
 
Response Due
7/30/2024 2:00:00 PM
 
Archive Date
08/14/2024
 
Point of Contact
Juan Fernandez, Thomas Kloehn
 
E-Mail Address
Juan.f.fernandez@usmc.mil, Thomas.kloehn@usmc.mil
(Juan.f.fernandez@usmc.mil, Thomas.kloehn@usmc.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to solicit feedback from industry, academia, and other stakeholders to assist the Joint Project Manager for Chemical, Biological, Radiological and Nuclear Protection (JPM CBRN P) in understanding current market capabilities, identifying potential solutions, and refining requirements for a Next Generation Mask Leakage Tester. 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. Further, unsolicited proposals will not be accepted. 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. All submissions become Government property and will not be returned.�� If a vendor believes that their current portfolio does not meet this need but would be interested in making JPM CBRN P aware of their technologies or capabilities, the vendor is encouraged to submit their company information via a web-based software application called the Joint Enterprise Technology Tool (JETT) to connect your company to the appropriate Government Point of Contact (POC).�Vendors may submit company or product information directly to the Government via JETT at any time whether or not they respond to the RFI: https://jacks.jpeocbrnd.army.mil/JETT.� The Government requests that responses to this Sources Sought be submitted electronically to juan.f.fernandez@usmc.mil and thomas.kloehn@usmc.mil no later than 30 July 2024. BACKGROUND: The Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear (CBRN) Defense and JPM CBRN P are seeking better knowledge and understanding of industry capabilities regarding innovative solutions for a standardized, efficient, and reliable method for testing the integrity of masks and mask fit testing for ground and aviation CBRN masks. The Next Generation Mask Leakage Tester aims for a one-man portable, unit level device with the ability to rapidly determine the serviceability, proper fit, and identification of defective components of current and future CBRN negative pressure protective masks used by military personnel across various branches of service. This testing is crucial for ensuring that protective masks function correctly and provide necessary level of protection in hazardous environments. REQUIREMENTS: The purpose of this RFI is to: Gather information on the availability and capability of mask leakage testing and mask fit testing solutions. Understand the potential costs and timelines associated with implementing a Next Generation Mask Leakage Tester. Identify potential challenges and considerations for executing a Next Generation Mask Leakage Tester. PERFORMANCE OBJECTIVES: Respondents shall discuss the solution to best meet the following: Performance objectives: Mask Serviceability indicators. Be capable of determining that the CBRN protective mask is serviceable for currently fielded negative pressure masks and provide an audible and visual indication of test results. Component defect indicators. Be capable of fault isolation to the component level of the currently fielded negative pressure CBRN protective masks and provide an audible ad visual indication of test results [Threshold]. Be capable of testing individual components [Objective]. Quantitative mask fit validation. Determine the Quantitative Fit Factor (QFF) of currently fielded negative pressure CBRN protective masks and provide an audible and visual indication of mask fit test results. Be hand carried (including carrying case) by a single operator for distance of at least 10 meters without assistance. Be capable of being set-up and fully operational in less than 20 minutes [T] (10 minutes [O]). Once setup, the system must determine serviceability of 12 [T] (20[O]) NBC protective masks per hour not including repairs. Once fully operational, the system must be capable of fit testing four [T] (six [O]) individuals per hour not including re-tests. Logistics and Readiness: Mean time between operation mission failures is 2160 [T] (8910 [O]) hours. Mission duration will be 180 operating hours. Components must be available for a minimum of 720 operating hours without any depot level maintenance required. Maintainability. Mean time between scheduled maintenance is 720 [T] (1440 [O]) hours. Will not require routine or periodic maintenance when stored. Power Source. The system will operate using standard commercial, tactical generated or shipboard power systems (e.g. 115 to 220 VAC, 50 to 60 AC). Stored data must not be lost as a result of power outage or interruption. � Other System Characteristics: No wartime reserve modes required. The system will be capable of performing the performance objectives under operational environmental conditions and hazards. The system will be electromagnetically compatible with other systems. The system will be capable of worldwide operations and deployment without degradation under climatic conditions, e.g., rain, wind, and heat. Operating temperature. Operating under climatic conditions Basic and Hot (0oC to 49oC). Storage temperature. Being stored in temperature range of 39oC to 52oC [T] ((-46oC to 71oC[O]). Relative humidity. Being stored and operated in 5 percent to 100 percent relative humidity. Operating after being exposed to normal conditions and hazards, such as, but not limited to shock, corrosion, vibration, electromagnetic interference (EMI), dust, smoke, fungus. POLs, salt-water, salt fog and lighting environments. The system will be safe to operate, transport, store, and maintain throughout its life cycle. Not present a hazard to equipment and personnel. Be designed to operate safely on flight-line and in hangar (ground) environments. Not present undesirable or uncontrolled ergonomic hazard to personnel nor will it create any hazard from special materials used in its construction. System Support: Maintenance. If required, the manufacture will perform calibration. The system will be modular in design so that organizational/unit maintenance personnel can restore the system to full operational capability by replacing a faulty module or component. No special tools should be required. The system will not require routine or periodic maintenance when stored. Test and fault isolation capabilities. The system will have a self-diagnostics capability to monitor and detect all faults. The system will not present uncontrolled safety hazards to personnel throughout its life cycle. Additionally, the system will not produce equipment noise levels exceeding Service hearing safety standards. The system must include a high impact shipping case to facilitate safe transportation. The system will have a minimum five-year storage life in a non-climate-controlled warehouse environment. The system must be capable of unrestricted air, highway, rail, and marine transport worldwide, and be compatible with the 463L pallet system. In addition, a carrying case must facilitate safe transportation in these modes. RESPONSES: Interested parties who believe they have a Mask Leakage Tester solution capable of meeting the above performance objectives are requested to submit a response to this Sources Sought Announcement. Alternative solutions are welcome if not all the performance objectives can be identified. All responses shall be unclassified and shall not exceed 10 pages in length, and shall be provided in the following format: Capabilities and Solutions: Describe your organization�s capabilities and solutions related to mask leakage testing. Provide examples of similar projects or initiatives your organization has completed. Discuss any data rights assertions anticipated for prototypes. Technical Requirements Detail the technical specifications and requirements your solution can meet, including sensitivity, accuracy, and compatibility with different mask types. Highlight any unique or innovative aspects of your solutions, such as portability, ease of use, and integration with existing ground and aviation masks. Cost Estimates Provide rough order of magnitude (ROM) cost estimates for implementing the Next Generation Mask Leakage Tester, including procurement, training, maintenance, and support. Include any cost considerations or assumptions. Schedule: Outline a potential timeline for implementing the Next Generation Mask Leakage Tester, including development, testing, deployment, and training phases. Identify key milestones and dependencies. Challenges and Risks: Discuss potential challenges and risks associated with a Next Generation Mask Leakage Tester, such as technical, logistical, or operational issues. Suggest mitigation strategies for identified challenges and risks. QUESTIONS: Any questions for clarification may be emailed to Juan Fernandez, juan.f.fernandez@usmc.mil and Thomas Kloehn, thomas.kloehn@usmc.mil no later than July 30, 2024, 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70e9f8854a42481d8e9285ec26c79dfa/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07109527-F 20240628/240626230124 (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.