SOURCES SOUGHT
42 -- JOINT FIRE INTEGRATED RESPONSE ENSEMBLE - Survey & Requirements
- Notice Date
- 5/14/2009
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- JFIRE143P1181
- Archive Date
- 6/6/2009
- Point of Contact
- Leslie Richardson, Phone: 850-283-8638
- E-Mail Address
-
leslie.richardson@tyndall.af.mil
- Small Business Set-Aside
- N/A
- Description
- Contractor Capability Survey & JFIRE Requirements This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of a Modified Joint Fire Integrated Response Ensemble (JFIRE) for use by United States Air Force (USAF) fire fighting and emergency services personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. Vendors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse vendors for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. A description of the JFIRE requirements and a Contractor Capability Survey, which allows you to provide your company's capability, is attached to this notice. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research effort. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market research should be addressed to Abdeel J. Roman at (478) 222-1723. PURPOSE The USAF is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of a Modified JFIRE for USAF fire fighting and emergency services personnel. Currently, the USAF is only procuring components for testing the requirements as outlined in the Requirements Correlation Matrix (RCM) and does not guarantee purchase of additional units. The projected requirements are approximately 6,000 JFIRE ensembles units in FY10-11. DESCRIPTION The JFIRE is comprised of proximity jacket, proximity trousers, Joint Services Lightweight Integrated Suit Technology (JSLIST), helmet, boots and gloves. This solicitation only pertains to the modification of the JSLIST, helmet, boots and gloves. The requirement for a new JFIRE system is driven by Occupational Safety and Health Administration (OSHA) and National Fire Protection Association (NFPA) standards with which the Air Force must comply. The proposed new system must meet the criteria contained in the NFPA and OSHA standards. The JFIRE will enable firefighters to respond to emergencies in any contaminated environment, mitigate the situation and survive. The JFIRE will outfit firefighters in a personal protective ensemble that will allow highly effective response and mitigation of emergency incidents at home station and expeditionary locations worldwide. This capability will include emergencies involving fire, rescue, hazardous materials (HAZMAT), technical rescue, weapons of mass destructions (WMD), immediately dangerous to life and health (IDLH) atmospheres, and chemical/biological (CB) contaminated environments. Additionally, the new system must be compatible with the Air Force Self Contained Breathing Apparatus (SCBA) - MSA FireHawk M7 Responder SCBA. The Requirements Correlation Matrix (RCM), Part I is attached (Appendix A) to this Requirements Description. The RCM is a draft document and additional changes may be incorporated into the document as a result of input from the United States Air Force (USAF) and Industry. Threshold and Objective requirements have been established for each modified component. Components not meeting the minimum Threshold requirement will not be considered for this program. Vendors are encouraged to meet the Objective requirements set by the RCM. Vendors will be provided with details of testing requirements for each component at the meeting. INDUSTRY DAY The purpose of this meeting is to expand market research, and to provide additional information to industry on the JFIRE program. The Industry Day Meeting will also provide preliminary information on business/contract considerations, anticipated technical requirements, and obtain industry input/feedback. Industry input/feedback will be collected via index cards that will be provided during the conference. Any applicable responses to the input/feedback collected during Industry Day will be posted on the FedBizOpps website. The USAF is interested in mature technologies to modify the JFIRE components that are commercially available or will be commercially available within 12 months. This meeting will be open to industries interested in modifications to any of the components listed in the description. Vendors may submit modifications for more than one component. The meeting will be held June 9, 2009 at San Antonio, TX. Crowne Plaza Riverwalk 111 East Pecan Street San Antonio, TX 78208 8888.233.9527 210.354.2800 Group room rate: $109 per night Program name: USAF JFIRE Industry Day Rooms may also be booked directly by clicking the link below. The link is set up with the conference information, dates and room rates. https://resweb.passkey.com/go/FIREAFB All attendees must confirm with Mr. Abdeel Roman at WR-ALC/642 CBSG by May 22 with the information requested below, as well as names, titles and citizenship of individuals attending. The Crowne Plaza will honor the group room rate until May 29th. After that date, vendors will be responsible for securing their own reservations. Attached is a Contractor Capability Survey that must be submitted by COB 22 May 09.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/JFIRE143P1181/listing.html)
- Record
- SN01816663-W 20090516/090514215536-27d059f1fc0b2945407424a4d147c24d (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 |