SOURCES SOUGHT
16 -- Pre-/Post- Decontamination Inspection Procedure Development
- Notice Date
- 6/12/2024 10:12:55 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-24-R-JBAD
- Response Due
- 7/15/2024 12:00:00 PM
- Archive Date
- 07/30/2024
- Point of Contact
- Claire Choi, Andrew J. Richard
- E-Mail Address
-
claire.k.choi.civ@army.mil, andrew.j.richard12.civ@mail.mil
(claire.k.choi.civ@army.mil, andrew.j.richard12.civ@mail.mil)
- Description
- Sources Sought #: W911QY-24-R-JBAD Title: Pre-/Post- Decontamination Inspection Procedure Development Notice Type: Sources Sought Posted Date: Jun 12, 2024 Response Date: Jul 15, 2024 Archive: Original Set Aside:� N/A Set Aside:� N/A PSC or FSC Classification code: 1680 http://support.outreachsystems.com/resources/tables/pscs/ NAICS Code: 488190 https://www.census.gov/naics/ The Government requests that responses be submitted electronically to andrew.j.richard12.civ@army.mil, claire.k.choi.civ@army.mil, brendan.p.harty.civ@army.mil and brant.s.lagoon.civ@army.mil by Jul 15, 2024 by 3pm EST. SYNOPSIS: This Sources Sought Announcement is to assist the US ARMY DEVCOM Soldier Center and Joint Project Manager for Chemical Biological Radiological Nuclear Protection (JPM CBRN Protection) to identify potential sources to develop aircraft decontamination inspection procedures for pre-/post- Joint Biological Agent Decontamination System (JBADS) usage. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). Also, it is not an announcement of a forthcoming solicitation or a request seeking contractors interested in placement on a solicitation mailing list. It is a market research tool 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. The Government does not intend to award a contract based on responses nor otherwise pay for the preparation of any information presented or the use of any such information.� Data and samples submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. Background: The JBADS is a deployable biological agent aircraft decontamination system with the ability to decontaminate a C-130 H/J/J-30 model aircraft from biological warfare agents through the employment of hot, humid air to allow the unrestricted use of the aircraft post-decontamination. Full-Rate Production (FRP) of the JBADS has been completed, and five systems have been delivered to Hollomon Air Force Base. In the event system deployment is required to support a combatant commander�s mission, pre-/post JBADS maintenance inspection procedures are needed to inform removals, replacements, and repairs ahead of a risk analysis and airworthiness compliance report to inform any Military Type Certification (MTC). This involves going through 700+ work cards to help identify and evaluate criticalities with any excluded inspections, removals, replacements, and repairs that can only occur in a maintenance depot due to any required equipment of logistics that are exclusive to depots and not providable at any operating locations. The review of these feasible inspection/repair procedures will inform our risk analysis based on the documented negative effects of JBADS on the aircraft as well as any potential effects to the aircraft not previously evaluated or documented in JBADS evaluations. Consequently, any MTC for JBADS will be informed by the risk analysis as well as completion of the inspection, removals, replacements, and repairs requirements and procedures that will be used to mitigate or address these hazards. Description: JPM CBRN Protection is requesting information by organizations to research and develop pre-/post- decontamination checklists to achieve airworthiness and MTC for JBADS decontaminated aircraft to be returned to service. The objective of this effort is to investigate the availability of organizations with aircraft maintenance experience and the resources to develop these checklists. Specific Specifications:� The Government is interested in learning more information about organizations which can develop pre-/post- decontamination checklists for C-130 H/J/J-30 model aircraft for airworthiness and MTC with the inspection requirements below: Observe Zonally � The �Observe Requirements� under the zonal concept are defined as visual inspections for obvious defects. An �Obvious Defect� is a discrepancy that is easily seen and/or readily detectable. The visual inspection of an item will only require the use of equipment required for observation (i.e., flashlight, mirror, access stands). Each zone designated for zonal observation includes the exposed structure, system installations and functional components located within the zone boundaries and will be �observed� for the following conditions: General (All Areas) � Wear, broken, loose or missing hardware, misalignment or missing torque stripes, punctures, proper alignment, binding, corrosion, cracks, cleanliness/obstructions of drains, obvious damage, evidence of leaks, lubrication, nicks, looseness, distortion, delamination, and overheating. Structure and Skin � Loose or missing rivets, condition and adequacy of seals and drains, condition of airplane coatings, nicks, gouges, scratches, tool marks, cracks, dents, wrinkles, and corrosion. Windshields and Windows � Cracks, crazing, scratches, delamination, arcing, ease of operation, and cleanliness. Control Cables and Flexible Shafts � Broen wires, fraying, chafing, unraveling or wear, proper alignment, kinked, evidence of proper tensions and proper lubrication. Vibration Dampers and Mounts � Freedom of movement, delamination and deterioration. Pressure Seals, Fairleads, Rub Strips, Pulleys � Evidence of excessive wear, improper adjustment, condition or bearings or bushings, loose, missing, and chipped. Cable Fittings, Mechanical Linkages and Actuating Mechanisms � Evidence of excessive wear, improper adjustment, condition of bearings or bushings, loose, missing, and chipped. Tubing, Hoses and Valves � Chafing and proper routing, nicks, deterioration, dents, looseness, and presence of markings. Instruments � Cracked or broken glass. Electrical Connectors, Wiring, and Wiring Components � Corroded or contaminated terminals, security, proper safety, broken, kinking, deterioration of covering and insulation, chafing, and evidence of overheating. Cowlings, Doors, and Access Panels � Nicks, dents, cracks, separation or delamination, proper installation of hinge pins and alignment, missing fasteners, screws, and torn seals. Ducts, Insulation and Clamps � Cracks, dents, contamination, deterioration, torn, leaks, and alignment. Fire Shields and Heat Shields � Corrosion, damage, cracks and security. Flexible Ducts � Cracks, dents, contamination, deterioration, torn, leaks, chafing, alignment, damaged or broken reinforcement wire protruding through duct exterior. Avionics/Electronic Equipment � Evidence of overheating, cooling system filters, screens, ducting, air inlets, blowers for cleanliness or contamination. Fire and Overheat Detector Loops � Damage, excessive bends, proper clearance between loops and adjacent structure, chafing, and security. Safety-Walk Covering, Coating, and Film � Wear, damage, cleanliness, obvious damage, loose or missing flight station floor covering, cargo compartment and cargo ramp safety-walk covering, cargo door non-skid walkway coating, and jump platforms safety-walk film. FOD/Weather-Excluding Patches � Loose, missing, or punctured. Inspect � An examination of a specific structural area, system, installation, item or assembly to detect any discrepancy that could prevent the airplane from performing its design function during the designated service period. Inspection aids such as mirrors, magnifying lenses, etc. may be used. The inspection may require surface cleaning and access opening or removal of the item/component. Inspection, Detailed � An intensive examination of a specific item, installation, or assembly to detect damage, failure, or irregularity. Available lighting is normally supplemented with a direct source of good lighting at an intensity deemed appropriate. Inspection aids such as mirrors, magnifying lenses, etc., may be necessary. Surface cleaning and elaborate access procedures may be required. Inspection, General Visual � A visual examination of an interior or exterior area, installation or assembly to detect obvious damage, failure, or irregularity. This level of inspection is made from within touching distance unless otherwise specified. A mirror may be necessary to enhance visual access to all exposed surfaces in the inspection area. This level of inspection is made under normally available lighting conditions such as daylight, hangar lighting, flashlight, or drop-light and may require removal or opening of access panels or doors. Stands, ladders, or platforms may be required to gain proximity to the area being checked. Inspection, Special Detailed � An intensive examination of a specific item, installation, or assembly to detect damage, failure, or irregularity. The examination is likely to make extensive use of specialized inspection techniques and/or equipment. Intricate cleaning and substantial access or disassembly procedure may be required. The above requirements represent guidelines for organizations that the Government is interested in learning more about.� However, contractors should not disqualify any information that they are interested in submitting to the Government based on failing to meet one or any of the requirements above.� Deliverables: Vendors who believe they can develop pre-/post- decontamination inspection procedures for the JBADS capable of meeting the above requirements are requested to submit a short summary, by the date and to the individuals noted below (no more than 5 pages total). The summary will need to include the following general information about the respondent: Company name and address Point of Contact with phone number Unique Entity Identifier (UEI): CAGE Code A statement regarding any small business designation (if applicable). The North American Industry Classification System (NAICS) code is 488190 and the small business size is 1,000 employees. Responses should include the following information specific to the pre-/post- decontamination inspection procedures capable of meeting the above requirements: C-130 H/J/J-30 aircraft maintenance experience. Available resources to complete pre-/post- decontamination checklist with information listed above. The submissions may be used by the Government to assess the performance of the submitted contractors. While there is no guarantee that a subsequent solicitation will be issued and/or a contract awarded, currently, it is the Government�s interest to explore feasibility of procuring pre- and post- decontamination procedures with the above properties. Delivery Date: Respondents are requested to provide information by COB Jul 15, 2024 (30 days from publication date) Responses to this notice are to be sent to Andrew Richard, Claire Choi, Brendan Harty, and Brant Lagoon DEVCOM SC, General Greene Ave., Natick, MA 01760-5019. This notice is for information only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists. Government Furnished Property (Equipment/Materials/Information/Computer Utilization): N/A IMPORTANT NOTES: Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM Soldier Center via e-mail ONLY to andrew.j.richard12.civ@army.mil, claire.k.choi.civ@army.mil, brendan.p.harty.civ@army.mil and brant.s.lagoon.civ@army.mil no later than Jul 15, 2024 by 3:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to contracting POC, andrew.j.richard12.civ@army.mil, claire.k.choi.civ@army.mil, brendan.p.harty.civ@army.mil and brant.s.lagoon.civ@army.mil no later than Jul 15, 2024 by 3:00 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. Contracting Office Address: BLDG 1 10 General Green Ave. Natick, Massachusetts 01760-5011 United States Primary Points of Contact: andrew.j.richard12.civ@army.mil, claire.k.choi.civ@army.mil, brendan.p.harty.civ@army.mil and brant.s.lagoon.civ@army.mil Project Officer Names: Brendan Harty and Brant Lagoon
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6aaad40a8ab34b3da7e186abb14dff85/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07095515-F 20240614/240612230120 (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 |