Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,1995 PSA#1265

Commander, 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