SOURCES SOUGHT
42 -- RFI - Autonomous Decontamination System (ADS) with Modular Mission Payloads (MMP)
- Notice Date
- 9/5/2024 9:44:33 AM
- Notice Type
- Sources Sought
- NAICS
- 336110
—
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- RFI-AutonomousDecontaminationSystemWithModularMissionPayloads
- Response Due
- 11/1/2024 2:00:00 PM
- Archive Date
- 11/16/2024
- Point of Contact
- John Sullivan, Veronica St. Claire
- E-Mail Address
-
john.m.sullivan188.civ@army.mil, veronica.a.stclaire.civ@army.mil
(john.m.sullivan188.civ@army.mil, veronica.a.stclaire.civ@army.mil)
- Description
- *Update to ""MMP Technologies the Government is interested in..."" on 5 SEP 24* SYNOPSIS: You are cordially invited to attend the JPEO-CBRND, JPM CBRN Protection Autonomous Decontamination System (ADS) Innovation Meeting on 8 October 2024 (0745-1600) at the United States Patent and Trademark Office, Madison Building, 600 Dulany Street Alexandria, VA 22314.�� You will have an opportunity to share your capability and register to attend an event at Joint Enterprise Technology Tool (army.mil). This notification can also be used to submit technical information you would like to share with the ADS Program Managers ahead of the Innovation Meeting. More details on the type of information to submit is included below. Meeting Description:� This one-day meeting will provide Autonomous Decontamination System (ADS) innovators, as well as academia researchers, a platform to engage with Department of Defense (DoD) Product Managers who are looking for technology advancements that enhance chemical, biological, radiological, and nuclear (CBRN) protection.� The Autonomous Decontamination System (ADS) team is focused on delivering cutting edge robotic and contamination mitigation capabilities that will enable Warfighters to facilitate equipment decontamination operations without exposure to the hazard all while reducing the logistical and manpower burden.� Innovators will have an opportunity to submit relevant information and products that will benefit the warfighter in Autonomous Decontamination System (ADS) with Modular Mission Payloads (MMP), components thereof and/or sub-systems capable of being transported by or integrated into various military mobile platforms suitable for use in support of Service thorough decontamination operations, while ensuring fair and open competition and protection to the patent holder. WHY ATTEND? Attendees will learn first-hand: How to do business with the federal government How Intellectual Property is protected when collaborating with the DoD. Current Autonomous Decontamination System (ADS) business opportunities Unique chance to have a one-on-one meeting with ADS Product Managers on first come, first serve basis. How to use: (1) other transaction authority (OTA), (2) cooperative research and development (CRADA); and (3) Small Business Innovative Research (SBIR) mechanisms as tools to conduct business with the DoD.� (4) Federal Acquisition Regulation (FAR) �����How DoD, academia, and technology companies are building the future of public-private partnerships. �����How dual-use (commercial and DoD) technologies are leveraged. WHO SHOULD ATTEND:� Autonomous Decontamination System (ADS) innovators from across industry and academia who wish to learn how to work with the government or submit a relevant product. ADS Description The Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear (CBRN) Defense and JPM CBRN P are seeking better knowledge and understanding of industry capabilities for the ADS.� The ADS will consist of a single MMP with various components, sub-systems, and integration software that is required to be transportable by, and potentially integrated with, various military vehicles (e.g. Light Medium Tactical Vehicle (LMTV), Family of Medium Tactical Vehicles (FMTV), Robotic Combat Vehicle (RCV), etc.) suitable for use in support of Service thorough decontamination operations.��� Once the ADS MMP has been transported to the point of need and in position, the ADS is anticipated to be able to maneuver around vehicles (e.g. Light Medium Tactical Vehicle (LMTV), FMTV (Family of Medium Tactical Vehicles)) and support equipment while avoiding obstacles.� Additionally, the ADS may be required to transport itself from a secure location to the point of need for decontamination operations.� Decontamination operations are extremely resource intensive in terms of time, logistics and personnel. The ADS is intended to reduce manpower and optimize resources required for these operations while mitigating the risk of exposure of warfighters to CWAs and BWAs.��� Potential ADS Concepts of Use: Conduct a water pre-wash of the contaminated vehicle or equipment Execute CWA and BWA detection, contamination mapping, and/or leverage surface indication technologies to identify, digitize, and track the contamination footprint on vehicles and equipment Leverage the contamination footprint data to apply decontaminants precisely to the areas requiring decontamination Conduct a post-wash Conduct post decontamination operation assessment of previously contaminated assets to verify the efficacy of the operation Submissions may include the identification and use of a specific platform to facilitate transportation of the ADS MMP, however, the ADS Program Office is not authorized to procure and field platforms as part of the ADS Program of Record (PoR). Therefore, the ADS Program Office is primarily interested in the technologies associated with the vendors� MMP concepts and the software needed to facilitate their interface with the Government-managed Robotic Operating System � Military (ROS-M), Warfighter Machine Interface (WMI), and Robotic Technology Kernel (RTK). �Vendors who include a platform with their submission are required to identify the software technologies that would be utilized to incorporate the integration of an MMP.� Additionally, vendors must ensure platform cost estimates are clearly identified and separate from other system components or sub components.� �� MMP Technologies the Government is interested in include:� Sensing/Contamination Mapping Technologies for Chemical and Biological Warfare Agents as well as systems to digitize and track the mapping data� Details regarding detection parameters, detection limits, any required consumables Precision Decontaminant Application (e.g. robotic arms, sprayers, etc.) and compatibility with fielded contamination mitigation technologies (e.g. Joint General Purpose Decontaminant) QUESTIONS: Any questions for clarification may be emailed to john.m.sullivan188.civ@army.mil and veronica.a.stclaire.civ@army.mil. 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.� Responses: Vendors who believe they have an ADS MMP solution or components of a MMP for the ADS (e.g. contamination mapping, robotic arm, autonomous payload system) capable of meeting the above requirements are requested to submit a short summary, and to the email addresses noted below (no more than 20 pages total per submittal).��� The summary will need to include the following general information about the respondent:� Company name and address� POC with phone number� Product Name� Estimated unit cost for each separate component or sub-system� Specific information requested on each of the products or technologies includes:� Description of MMP, component or sub-system, platform system and payload, including any autonomous, or semi-autonomous kit� Software/hardware integration and/or connectivity requirements� Mode of Operation (i.e. remote, tether, etc.) Estimated TRL and/or Manufacturing Readiness Levels� Safety Data Sheets (if applicable)� Description of system/technology scalability if applicable� Storage/shipping configuration� Total weight and cubic size of proposed item�s shipping configuration(s)� Dimensions of system in operational configuration� Operational temperatures and/or environmental restrictions�� Shipping or transportation restrictions or limitations� Equipment list and User manual/instructions� Number of personnel required to set up and operate�� Description of power requirements� Description of required consumables, if applicable (e.g. water, fuel)� Manpower required to operate, set up and breakdown system and all associated procedures (to include number of personnel and equipment)� Estimated manufacturer production capability, include maximum and minimum production rates by month� Identify if the system is considered Commercial Off-the-Shelf (COTS), or currently being used by commercial industry and/or Government, provide names and/or examples of Users� Any data rights assertions/anticipated assertions� Any factors that will significantly impact costs� If there are any known significant lead times for systems/materials� It is requested that vendors having systems or technologies believed to be suitable as described herein, submit electronic copies of their responses and any available product data sheets, related brochures, descriptions, price lists, Technical/Operator Manual(s), Test Reports, associated Safety Data Sheets, or other documentation as available and deemed appropriate. There is a 20-page limit on submissions excluding supporting documentation.� Respondents may submit multiple ADS candidates but should clearly identify the advantages/disadvantages of each.��� Response Due Date: Respondents are requested to provide information by COB 1 November 2024.� Responses to this notice are to be sent to Ms. Erica Howell and Mr. John Sullivan. This notice is for information and sample materials only. THIS IS NOT A RFQ. No solicitation document exists. POCs for this request are Ms. Veronica St. Claire and Mr. John Sullivan. Email your questions to the POCs at the following addresses: veronica.a.stclaire.civ@army.mil and john.m.sullivan188.civ@army.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4fe17fa6273c412899ed4bdddd158d35/view)
- Place of Performance
- Address: Alexandria, VA 22314, USA
- Zip Code: 22314
- Country: USA
- Zip Code: 22314
- Record
- SN07200723-F 20240907/240905230131 (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 |