SOURCES SOUGHT
A -- Optimization, Scaling, and Integration of Dynamically Responsive Membrane Systems
- Notice Date
- 5/1/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6217, United States
- ZIP Code
- 22060-6217
- Solicitation Number
- HDTRA1-18-RFI-CBT-DMS2
- Archive Date
- 6/1/2018
- Point of Contact
- Brian D. Nuckols, Phone: 7037673526
- E-Mail Address
-
brian.d.nuckols.civ@mail.mil
(brian.d.nuckols.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Background The Defense Threat Reduction Agency, Research and Development Directorate, Chemical/Biological Technologies Department (DTRA RD-CB) seeks information regarding advanced membrane systems capable of performing a stimulated protective responsive mechanism in response to Chemical Warfare Agents (CWAs) and/or CWA simulants. Previous demonstrations of a dynamically responsive membrane system mechanism have occurred at small scales, as part of the Dynamic Multifunctional Materials for a Second Skin (D[MS]2) Program, have demonstrated production scale-up of responsive functional membranes at pilot scales resulting in production of membranes at the approximate size of 432 in2 area. As the D[MS]2 program progresses beyond the proof of concept phase, several components such as optimization, fabrication/scaling, and integration into fabric-like materials must be further explored. Materials will need to be optimized for scaling up of the chemistries for the open/closed states for the potential to be scaled up to 60" wide fabric/membranes at some point in the future. The materials also will need to be flexible and will have the potential for integration into warfighter suits (with the assistance of government laboratories). The materials will also need to be in long term storage in potentially very cold, hot, humid, and dry climates and be useful after these conditions in operational environments in potentially extreme temperatures. Therefore, for future phases of the D[MS]2 program, DTRA is only interested in the use of non-biological catalysts for catalyzing the open/closed response of the membrane. There are environmental extremes that will be encountered during the normal storage and use of these membrane materials which are not conducive to biological catalyst based responses and could result in destruction of the biological catalyst resulting in a non-responsive membrane. Capabilities Sought The specific current capabilities sought are as follows: • Bistable state o Ability of the membrane to assume two stable states as demonstrated through one physical state possessing a moisture vapor transport rate (MTVR) of 4,000 g/m2/day or greater and a second physical state possessing a MVTR of no less than 1,000 g/m2/day. • Agent responsive o Ability of the membrane to show a permeability change when exposed to a CWA agent and/or CWA simulant of interest (RFI response must include an analysis of permeation changes after exposure to CWA agent and/or CWA simulant(s) to prove the material is responsive to the chemicals). o Results from previous research involving a non-biological catalyst that has demonstrated promise relative to the desired open/closed states for membrane incorporation (RFI response must include a summary of the results). • Size and processing o Ability to make at least a 144 in2 area membrane at any dimension, but no smaller than 12 inches in any direction. Membranes must be prepared by synthetic techniques that are compatible with continuous processing. • Equipment o Current possession of equipment for membrane fabrication (RFI response must include an equipment listing and description). Response Instructions Each respondent shall address its capabilities relative to the items listed above (and any additional information the respondent shall deem appropriate) via a Capability Statement (five-page limit not including any additional supporting data which must not to exceed 10 MB) in Microsoft Word or Adobe Acrobat format. In addition, respondents shall include their name, address, CAGE code, and DUNS number, and submit company size standard under the 541715 NAICS code. The information shall be submitted via e-mail to tracee.l.whitfield.civ@mail.mil with a cc: to brian.d.nuckols.civ@mail.mil. Hard copy submissions will not be accepted. Submissions shall be submitted no later than 3:00 pm local Ft. Belvoir time on Thursday, May 17, 2018. Disclaimer This Sources Sought notice is solely for the purpose of gathering information and does not constitute a solicitation or the issuance thereof. All information received in response to this notice that is marked proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted will not be returned, and no payment will be made by the Government for such information. No formal RFPs or other solicitations regarding this announcement are available at this time. Information provided herein is subject to change and in no way binds the Government to solicit for proposals or award contracts. It is the respondent's responsibility to monitor FedBizOpps at http://www.fbo.gov for the release of any subsequent information. DTRA is accepting questions regarding this notice but will not be providing responses. Primary Points of Contact: Ms. Tracee Whitfield tracee.l.whitfield.civ@mail.mil Mr. Brian Nuckols brian.d.nuckols.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA1-18-RFI-CBT-DMS2/listing.html)
- Record
- SN04906866-W 20180503/180501230951-be4ddadde8fdeb33b214e0801fc3406e (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 |