Request for Information - TCMS

From: Federal Government(Federal)
RFI-TCMS

Basic Details

started - 08 Apr, 2024 (23 days ago)

Start Date

08 Apr, 2024 (23 days ago)
due - 08 May, 2024 (in 6 days)

Due Date

08 May, 2024 (in 6 days)
Bid Notification

Type

Bid Notification
RFI-TCMS

Identifier

RFI-TCMS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710259)DEPT OF THE ARMY (133292)AMC (72689)ACC (75073)ACC-CTRS (32942)ACC-APG (10734)W6QK ACC-APG NATICK (1293)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Request for Information (RFI) only. This is not a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid. It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice will not be considered as offers and will not be accepted to form a binding contract. The costs of preparing and submitting responses to this RFI will not be reimbursed by the Government. The TCMS will be employed as “far forward as possible” to execute decontamination as “soon as possible” during immediate/operational decontamination to quickly reduce and limit the spread of CB contamination by minimizing contact and transfer hazards from vehicles, weapons, and individual combat equipment. The TCMS will reduce or eliminate the need for follow-on decontamination, enable forces to return to pre-incident operational capability, and prevent exposure of personnel to hazardous substances enabling them
to continue assigned missions. The Joint Program Executive Office for Chemical Biological Radiological and Nuclear (CBRN) Defense and Joint Project Manager for CBRN Protection are seeking to obtain better knowledge and understanding of industry capabilities regarding a Tactical Contamination Mitigation System (TCMS). The Joint force requires a light weight, low–burden, highly effective mitigation system that will limit the spread and greatly reduce effects of CB contamination on vehicles, weapons, and individual combat equipment in hostile and non-hostile environments. This will allow warfighters to continue their mission for an extended period of time without respiratory or ocular protection in a high threat, contaminated area, or near contaminated equipment. The TCMS will be employed as “far forward as possible” to execute decontamination as “soon as possible” during immediate/operational decontamination to quickly reduce and limit the spread of CB contamination by minimizing contact and transfer hazards from vehicles, weapons, and individual combat equipment. The TCMS will reduce or eliminate the need for follow-on decontamination, enable forces to return to pre-incident operational capability, and prevent exposure of personnel to hazardous substances enabling them to continue assigned missions. The TCMS concept for employment includes a decontaminant and a delivery system (e.g. applicator). The TCMS applicator system will spray a decontaminant slurry and have the following characteristics/parameters: The TCMS applicator will have a desired weight of no more than 51 lbs. (including weight of slurry 10lb/gal & power source) & MIL-STD-1472 compliant by any personnel wearing CBR Personnel Protective Equipment (PPE) to facilitate rapid employment. The TCMS applicator shall be fully operational (set up/ mixing of slurry) by no more than 1 operator in less than 10 Minutes. If electrically powered, the TCMS should be compatible with currently fielded military batteries (e.g.B2590/BB 390). The TCMS will be able to spray vicious liquids from 900 – 2500 cP viscosity. The TCMS should be able to spray in a uniform pattern and an adjustable nozzle is desirable. The TCMS applicator must displace the entire contents out of the tank when spraying. The TCMS applicator tank shall be capable of being cleaned after use. (slurry) The TCMS materials will not corrode or degrade when exposed to the slurry. The TCMS applicator is desired to have a recirculation or mixing capability. The TCMS applicator is desired to have a pressure bleed-off vent. Responses should include a comprehensive list of all equipment, technology, and instructions necessary to effectively conduct equipment decontamination for CB hazards. Responses should include the following: Manufacturer Product name Estimated unit cost for a complete system Specific information requested on each of the products or technologies includes: Description of technology and method, including estimated technology readiness level and/or manufacturing readiness levels Shelf life of applicator system Tank capacity / configurations 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 Shipping or transportation restrictions or limitations Equipment list and user manual/instructions Any specialized tools required to operate or set-up system 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) Operating temperatures and/or environmental restrictions 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 detailing how technology meets the specifications listed above. There is a ten-page limit on submissions with the exception of support documentation to include product data sheets, related brochures, descriptions, price lists, technical/operator manual(s), test reports, associated Safety Data Sheets, or other documentation as deemed appropriate. Any documentation provided to support product claims should be referenced by title and page number in submission. 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 Announcement does not constitute a RFP or a promise to issue a 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 the release of this Sources Sought Announcement should not be construed as a commitment or as an 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 reply 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 Laura.c.biszko.civ@army.mil and mary.k.prebensen.civ@army.mil no later than May 8th, 2024 by 5:00 p.m. EST. For responses over 30 MB size, please email for a DOD SAFE drop-off link that will accommodate larger file sizes. The U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI 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. If a vendor believes that their current portfolio does not meet this need but would be interested in making JPM CBRN P aware of their technologies or capabilities, the vendor is encouraged to submit their company information via a web-based software application called the Joint Enterprise Technology Tool (JETT) to connect your company to the appropriate Government Point of Contact (POC). Vendors may submit company or product information directly to the Government via JETT at any time whether or not they respond to the RFI: https://jacks.jpeocbrnd.army.mil/JETT. QUESTIONS: Any questions for clarification may be emailed to Laura.c.biszko.civ@army.mil and mary.k.prebensen.civ@army.mil no later than May 1st, 2024 by 5:00 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.

Natick ,
 MA  01760  USALocation

Place Of Performance : N/A

Country : United StatesState : MassachusettsCity : Natick

Office Address : 10 GENERAL GREENE AVE NATICK , MA 01760-5011 USA

Country : United StatesState : MassachusettsCity : Natick

Classification

naicsCode 325998All Other Miscellaneous Chemical Product and Preparation Manufacturing
pscCode 1040Chemical Weapons and Equipment