SOURCES SOUGHT
68 -- Request for Information (RFI) and Industry Day Notice for the Competitive Prototyping Effort (COPR) Risk Mitigation Project as part of the Joint Material Decontamination System (JMDS) Program
- Notice Date
- 8/19/2009
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY09RCOPR
- Response Due
- 9/18/2009
- Archive Date
- 11/17/2009
- Point of Contact
- Peter Wallace, 508 233 4370<br />
- E-Mail Address
-
RDECOM Acquisition Center - Natick
(peter.wallace@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The JMDS program is executed by the Joint Program Manager Decontamination (JPM DC) under direction of the Joint Program Executive Office Chemical and Biological Defense (JPEO CBD). JMDS incorporates the Joint Service Sensitive Equipment Decontamination (JSSED) and the Joint Platform Interior Decontamination (JPID) requirements into a single program with a desired single technology solution. In 2009, JPEO CBD directed JPM DC to conduct a JMDS risk mitigation effort and to explore alternative solutions to meet the JSSED and JPID requirements. This risk mitigation to the JMDS single technology solution is to be conducted in parallel with and is subordinate to the JMDS program. The risk mitigation effort is titled Competitive Prototype Project (COPR). The scope of COPR encompasses identification and evaluation of Non-Developmental Item (NDI) and/or commercially available capabilities that can meet the JMDS (JSSED/JPID) requirements. COPR will also satisfy the Joint Strike Fighter (JSF) decontamination requirements, as well as Large Frame Aircraft (LFA) interior decontamination requirements. COPR has been directed to explore known mature decontamination technologies and may also consider other NDI/commercial technologies capable of meeting the collective set of requirements. All technologies will be evaluated across the full set of JSSED and JPID requirements. The technology currently considered for the JMDS (JSSED/JPID) requirements is based upon the use of Hydrogen Peroxide Vapor (HPV) Technology. COPR Strategy: A phased approach is planned. The Government intends to solicit industry for NDI/commercial technologies capable of meeting the requirements identified above using a full and open competition, best value contract strategy. COPR is NOT a developmental effort and the Government does NOT intend to fund development of the technology to meet the performance requirements. Multiple contract awards are anticipated, with at least two (2) downselection decision points during the test process. Contracts will be structured with a base task for contractor technical support to Government testing/evaluation/assessment, and with options for technical support tasks for continuation in the COPR test program. The contracts will also include unpriced options for any required final system development, Low Rate Initial Production (LRIP) and Full Rate Production (FRP). Competition for COPR will be conducted up-front based on technology readiness and demonstrated ability to meet the requirements, with dowselection of best value candidates at predetermined decision points. The Government intends to structure the COPR contracts with multiple options, including initial testing/assessment through LRIP and FRP of successful candidates with no further competition. The Government may procure one or more technologies through FRP, or may not pursue any candidates, depending on the candidates abilities to meet the requirements and provide satisfactory risk reduction to JMDS. Within the COPR project, Technology Readiness Assessments (TRAs) will be conducted by the Government, with the contractor(s) providing technical support for system operation and maintenance. During the COPR test program, the contractor will be responsible for providing one (1) prototype system and any required Operation and Maintenance (O&M) support at no expense to the Government. Using a crawl-walk-run approach, candidate technologies will be assessed and downselected for continuation in the test program based on incremental compliance with the requirements and technical maturity, and by employing pre-defined downselection criteria. Request for Information: In order to accurately plan the scope of COPR contracting and JMDS risk mitigation/evaluation activities, the Government needs to gather information regarding the availability and technical maturity of potential candidates for evaluation. Information relating to COPR will be posted to the US Army RDECOM Acquisition Center (AC), Natick Contracting Division (NCD) website as it becomes available. The website is: https://www3.natick.army.mil/upcoming.cfm Information is posted under Solicitation # W911QY09RCOPR titled COPR: Competitive Prototyping Effort for JMDS. Interested companies are requested to provide the following information regarding their proposed NDI/commercial technology solution: System description Method of decontamination Decontaminants and active agents employed List of primary system components and functions Photographs and drawings of the system List of non-system items required for system operation (e.g. generators, water storage tanks, etc) User manual, training materials and/or other support materials Test data to support performance claims, particularly prior-Government accepted test data In addition, interested companies are requested to complete the COPR RFI questionnaire that can also be downloaded from the website above. The Government will make reasonable efforts to safeguard properly marked proprietary information submitted in response to this RFI, but does not guarantee its protection. Submission of proprietary data is at the discretion of the submitter. Interested companies shall submit the requested information via mail or email, no later than September 18, 2009 to: COPR Program Manager (J. McPherson) 50 Technology Parkway Suite 301 Stafford, VA 22556 john.mcpherson@usmc.mil katrina.jewell@L-3com.com COPR Industry Day: JPM DC will host a COPR Industry Day on October 7, 2009 in Fredericksburg, VA at the Riverside Center Conference Facility, 95 Riverside Parkway, Fredericksburg, VA 22406 from 0830-1630. Interested companies must pre-register no later than close of business September 25, 2009. Pre-registration points of contact are John McPherson and Katrina Jewell at the email addresses above. Interested companies must provide company name, contact person, address, phone number, fax number, email address and the names of not more than three (3) representatives who will be attending. Follow-on discussions with industry will be hosted by the JPM DC Program Office at 50 Tech Parkway, Stafford VA 22553 in the Hayes Conference Room between 0800 and 1600 on October 8, 2009. Conference room space is limited and will be accommodated on a first-come-first-served basis. Attendance is not mandatory and will not affect eligibility for future contract actions. These one-on-one discussions with companies interested in discussing the project directly with the COPR Program Manager will be confidential. Discussions will be limited to 30 minutes. Sign up procedures for these meetings will be posted at the conference. Directions and lodging information is posted to the NCD website referenced above. The Industry Day agenda and other information will be periodically posted to the NCD website, in an effort to keep interested companies apprised of information as it becomes available. Following Industry Day, interested companies will until 1600 Monday, October 12 to provide additional RFI response information based on information learned during the Industry Day event. This announcement is not a request for proposal and in no way commits the Government to award a contract. No solicitation exists at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY09RCOPR/listing.html)
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
- Zip Code: 01760-5011<br />
- Zip Code: 01760-5011<br />
- Record
- SN01918207-W 20090821/090820001035-3eaaf7223766fe1513534e0e7c861a15 (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 |