Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOURCES SOUGHT

42 -- Underwater Breathing Apparatus (UBA)

Notice Date
6/30/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109QPS03
 
Response Due
7/15/2009
 
Archive Date
8/31/2009
 
Point of Contact
Preetam Soomai at 850-636-6153 , or Contracting Officer Mary Hines at 850-235-5389
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement, a market survey for written information on commercially available Underwater Breathing Apparatuses (UBA). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The Naval Surface Warfare Center, Panama City (NSWC-PC) is seeking information on commercially available Underwater Breathing Apparatuses (UBA). The UBA will be used by the Navy when performing excursions from a saturation diving environment. The UBA will need to have duration capable of sustaining the following profile: 20 minutes at 62.5 Respiratory Minute Volume (RMV), 160 minutes at 40 RMV, and 30 minutes at 20 RMV for a total of 309 standard liters of CO2 produced. The UBA will also need to have the following characteristics: a maximum depth capability of 300fsw with helium diluent, a breathing resistance not to exceed 2.5 J/L at 62.5 L/min RMV at 190fsw with air diluent and the UBA at an angle of 45 degrees, a peak to peak pressure of 3.5 +/- 0.3kPa at 62.5 L/min RMV at 190fsw with air diluent and the UBA at an angle of 45 degrees, hydrostatic load of -0.5 to 0.5 kPa with the UBA in both upright and prone positions, ability to indicate the UBA status to the diver, ability for the diver to control the oxygen level manually, ability to set pO2 at levels of 0.7, 1.3, and 1.4 ata, a Mean Time Between Operational Mission Failures (MTBOMF) of at least 90 hours, a Mean Corrective Maintenance Time for Operational Mission Failures (MCMTOMF) of no more than 1 hour, an Operational Availability (Ao) defined as uptime divided by uptime plus downtime of 0.90 or higher, ability to calibrate the UBA in the field, ability to check the UBA for leaks ! at saturation depth without having to submerge it, an integral buoyancy compensator, an external yet protected on/off switch, and both a mouthpiece and a full face mask. The UBA will also need to meet the cleanliness and offgassing requirements of the Systems Certification Procedures and Criteria Manual for Deep Submergence System SS800-AG-Man-010/P9290, Rev A. The UBA should be able to operate from and be stored at a saturation storage depth of down to 100fsw, with the ability to perform excursions of a pressure differential up to 25psid from any saturation depth between 0-100fsw. Operational temperature range in water will be 28 F (-2.2 C) to 105 F (40.6 C). The power supply of the UBA should be able to last at least 24 hours with the UBA powered on. Desirable features would be the ability to easily upgrade the hardware and software of the UBA, a pre-mission setup time of 45 minutes or less, use of a commercial-off-the-shelf disposable power supply, and ability to use different carbon dioxide absorbent materials common to NATO. The UBA should be lightweight in its ready to dive configuration and be similar in size or smaller than the current Mk16 (approximately 23.6 x 14.9 x 10.5 inches). RESPONSES: Interested parties may provide electronic or paper submittals to be received by the Government by 1630 hours on 15 July 2009. There is no specific format or outline that submittals must follow. Each response must reference the Sources Sought title and must be limited in length to ten (10) typed pages. Respond with the following documentation: (1) technical literature with complete description and specifications showing the ability to meet the Underwater Breathing Apparatus characteristics; (2) unit cost information for a quantity of 10 units; and (3) preventive maintenance cost for 1 year and 2 year periods to include replacement part costs, o-rings, gaskets, screws, etc. and an estimation of time to perform the preventative maintenance; (4) information on manufacturing process, design calculations, quality assurance manual, performance test results, and wiring methods. Telephone responses will not be honored. The point of contact for this action is Ms. Rachel Lance, Code E13. She may be reached by telephone at (850) 235-5125 or email rachel.lance@navy.mil. Alternate POC is Mr. Wes Hughson, Code E04, wesley.hughson@navy.mil. Forward requested documentation to: Naval Surface Warfare Center, Panama City, Code E13/Ms. Rachel Lance or Code E04/Mr. Wes Hughson, 110 Vernon Avenue, Panama City, FL 32407 7001. This market research announcement should not be considered a commitment of any kind by the Government and individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the Navy Electronic Commerce Online (NECO), and Federal Business Opportunities (FBO). NAICS 541990; FSC 4220; Standard Business Size: 500.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/89bd36f24b6bf3ea20a0aa3e817a9196)
 
Record
SN01861556-W 20090702/090701001238-89bd36f24b6bf3ea20a0aa3e817a9196 (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.