Massachusetts Bids > Bid Detail

RFI - Autonomous Decontamination System (ADS) with Modular Mission Payloads (MMP)

Agency:
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159734371961953
Posted Date: Mar 11, 2024
Due Date: Apr 12, 2024
Source: https://sam.gov/opp/d1eabe2c4e...
Follow
RFI - Autonomous Decontamination System (ADS) with Modular Mission Payloads (MMP)
Active
Contract Opportunity
Notice ID
RFI-AutonomousDecontaminationSystem(ADS)withModularMissionPayloads(MMP)
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 11, 2024 04:33 pm EDT
  • Original Response Date: Apr 12, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4235 - HAZARDOUS MATERIAL SPILL CONTAINMENT AND CLEAN-UP EQUIPMENT AND MATERIAL
  • NAICS Code:
    • 336110 - Automobile and Light Duty Motor Vehicle Manufacturing
  • Place of Performance:
    Natick , MA 01760
    USA
Description

SYNOPSIS:



This Sources Sought Announcement is to assist the Joint Project Manager for Chemical, Biological, Radiological and Nuclear Protection (JPM CBRN P) to identify potential sources to provide the 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.



This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). 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 are not considered as offers and cannot be accepted by the Government to form a binding contract. Further, unsolicited proposals will not be accepted. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. All submissions become Government property and will not be returned.



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.



The Government requests that responses to this Sources Sought be submitted electronically to erica.howell@usmc.mil and john.m.sullivan188.civ@army.mil by 12 April 2024.



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 such as MMP components, sub-systems, and integration software that are capable of being transported by or integrated into various military mobile platforms suitable for use in support of Service thorough decontamination operations.



The ADS Program Office will develop, procure and field an automated and/or semi-autonomous/autonomous supported capability that leverages precision Chemical Warfare Agent (CWA) and Biological Warfare Agent (BWA) detection capabilities, modernized decontaminants and robotics to allow squad sized elements to provide platoon sized decontamination capability of critical mission equipment.



Contamination mitigation operations are extremely resource intensive in terms of time, logistics and personnel. The ADS will reduce manpower and optimize resources required for decontamination operations while mitigating the risk of exposure of warfighters to CWAs and BWAs by accomplishing contamination mitigation tasks through robotic means.



Potential ADS Concepts of Use:



The ADS MMP 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.). Once the ADS MMP has been transported to the point of need and in position, the ADS is anticipated to be able to:



· Conduct a pre-wash of the contaminated vehicle or equipment



· Execute precision 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



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 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 software technologies utilized for MMP integration into the platform and ensure platform cost estimates are broken out and clearly identified.



MMP Technologies and further detail the Government are interested in include:



· Detection Capabilities for Chemical and Biological Warfare Agents to include details regarding Point/Standoff parameters, detection limits, any required consumables.



· Contamination Mapping Technologies for Chemical and Biological Warfare Agents as well as systems to digitize and track the mapping data



· Precision Decontaminant Application (e.g. robotic arms, sprayers, etc.) and compatibility with fielded contamination mitigation technologies (e.g. Joint General Purpose Decontaminant)



· Modernized Decontaminants (Chemical & Biological Warfare agents) to include efficacy, material compatibility and equipment degradation data and water compatibility. QUESTIONS: Any questions for clarification may be emailed to erica.howell@usmc.mil and john.m.sullivan188.civ@army.mil by 12 April 2024. 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 12 April 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. Erica Howell and Mr. John Sullivan. Email your questions to the POCs at the following addresses: erica.howell@usmc.mil and john.m.sullivan188.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 11, 2024 04:33 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >