|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,1995 PSA#1265Commander, U.S. Army Chemical And Biological Defense Command, Attn:,
AMSCB-PCE (Angie Sawyer), Aberdeen Proving Ground, MD 21010-5423 63 -- IMPROVED CHEMICAL AGENT MONITOR (ICAM) SOL DAAM01-95-R-0017 POC
Contact Angie Sawyer (410) 671-4436, Contracting Officer,
josephinebarker, (410) 671-2541 The U.S. Army chemical, biological and
defense command (CBDCOM) is seeking comments from industry to A draft
request for proposal (RFP) for the award of A competitive multiyear
firm-fixed-price contract to produce the icam and initial
provisioning/repair parts. NO proposals will be accepted at this time,
however comments in regards to the draft RFP package to include the
technical data package (TDP) and statement of work areencouraged. NOTE
that funding for this requirement is presently not appropriated and
authorized; therefore the Government does not intend to represent that
the release of this draft RFP will result in the release ofa
Solicitation for the same. The Government may, at its option, convert
this draft RFP to A Solicitation at A future date. A second copy of the
RFP to include the TDP will be issued solely at the
Government'sdiscretion. The draft RFP is the precursor for A
Solicitation for the award of A competitive multiyear firm-fixed price
contract to: Perform APRE-production evaluation (PPE) to validate the
icam TDP; fabricate and deliver icams and initial provisioning/repair
parts that are unique to theicam; perform A configuration item
verification review; and prepare afinal draft equipment publication
covering unit and direct support levels of maintenance. The icam will
be completely described by A TDP to include level III drawings, parts
lists, special packaging instructions, processspecifications, quality
assurance provisions, and purchase descriptions. Asingle Solicitation
for multiyear and single year proposals will be issued, thereby
allowing for award of A single year contract for icam if the evaluation
shows that the multiyear criteria specified in FAR 17.103 has not been
met. If the criteria cannot be met, the award will be made for asingle
year contract with options (the price of which will be evaluated for
source selection purposes). Award for the icams will be made on A best
value basis, with consideration Given to price and other factors. The
Government will conduct A performance risk assessment based upon
theofferors' current and past record of performance as either A prime
or subcontractor on previous contracts. The icam (NSN 6665-01-357-8502)
is aportable hand-Held chemical agent monitor and incorporates A new
sieve pack assembly and printed circuit Board under A materiel change
to the CAM. Theicam is capable of monitoring nerve agents GB, GD, GA,
VX, and the mustard agents HD and hn3 utilizing ion mobility
spectrometry (IMS). The relative Hazard level of the agent is exhibited
by an eight-bar liquid crystaldisplay. External controls enable the
operator to change from A nerve agent monitoring Mode to the mustard
agent monitoring Mode. The monitor is capable of operating in A
temperature range of-25 to +45 degrees Celsius. The icam operates on
the principles of IMS. IMS is A complex technology and offerors must
have A demonstrated expertise in the manufacture of devices which
utilize IMS. There are NO components of the icam which require special
fabrication techniques. The icam contains complex Aluminum alloy
castings and several parts which require detailed machining of Aluminum
and stainless steel. There are several molded plastic parts with tight
tolerances in the icam. The icam contains A printed circuit Board with
embedded software. Offerors must have Electronics testing capability.
There is an extraordinarily high level of manufacturing cleanliness
required for the icam as well as stringent cleaning and baking
procedures for many parts. The following icam initial
provisioning/repair parts will be included: P/N 5-15-17015, monitor
CASE assembly; P/N 5-15-17021, display assembly; P/N 5-15-17032, filter
assembly; P/N 5-15-17033, sieve pack assembly; P/N 5-15-17034,pump
assembly; P/N 5-15-17041, tube, exhaust; P/N 5-15-17042, seal, inlet
connection; P/N 5-15-17043, tubing, Rubber; P/N 5-15-17086, tube,
sealing; P/N 5-15-17125, printed wiringboard; P/N 5-15-17150, printed
circuit Board; and, P/N 5-15-17130, drift tube module assembly. All
production tooling and fabrication activities will be the
responsibility of the successful offeror. Three vapor generators will
be provided to the successful offeror NLT 9 MAC award as Government
furnished property to support first article testing (FAT) and
production qualification testing. Government test reports, including
prior CAM production FAT reports, will be furnished to the successful
offeror to the extent necessary for production performance. One copy of
draft equipment publication TM 3-6665-343-10 and TM 3-6665-343-23&P
will be furnished to the successful offeror. The CAM TDP was used to
produce 11,400 cams on A non-competitive basis (1,261 each under
contractdaaa15-86-C-0018 with Graseby Ionics limited (GIL), England;
3,739 each under contract DAAA15-87-C-0019 with environmental
Technologies group, Inc.(ETGI), Towson, MD; and 6,400 each under
contract DAAA09-91-C-0348 withetgi). The icam TDP was used to produce
65 prototypes on A non-competitivebasis under contract DAAA15-90-C-1089
with GIL. Although the TDP has been prepared and checked by the
Government per accepted engineering practices, It has not been proven
in A full scale production type manufacturingoperation. Therefore, the
successful offeror will be required to perform appe to verify the
adequacy of the icam TDP. This contract will also include FAT
requirements. The successful offeror will need A facility clearance and
safeguarding capability through confidential. The icamcontains the
radioactive isotope Nickel-63, which is considered A hazardousmaterial.
Manufacturing, packaging, and disposal of radioactive material shall be
in accordance with International atomic energy agency (iaea) standards
and existing nuclear regulatory commission (NRC) regulations. The NRC
or agreement state license must be obtained by the successful offeror
prior to initiation of work if so required by title 10 CFR. Handling,
shipping, and labeling of radioactive material subjects the successful
offeror to applicable iaea, NRC, and DOT regulations. Failure to comply
with the provisions of these regulations may result in personal fines
to responsible officers with vested executive authority. Disposal of
radioactive waste material generated and decontamination/restoration of
facilities and equipment that become contaminated during the
performance of the contract will be the sole responsibility of the
successful offeror unless otherwise agreed to by the Government.
Special NOTE: When requesting A copy of the draft RFP, refer to
DAAA15-95-R-0017. Requests for the draft RFP may be faxed to
(410)-671-3076. This draft RFP will not include A copy of the TDP, but
the TDP may be obtained (interestedofferor'S only, please) by
returning the non-disclosure agreement found in the draft RFP. All
offerors requesting the draft RFP will be required to execute A
non-disclosure agreement prior to receipt of the associated TDP. The
non-disclosure agreement may also be requested by FAX to the number
listed above. Telephone requests will not be honored. See Note 9.
(0017) Loren Data Corp. http://www.ld.com (SYN# 0408 19950118\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|