SOURCES SOUGHT
84 -- Anti-Personnel Mine Footwear
- Notice Date
- 2/22/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD16-XX-X-0006
- Response Due
- 3/22/2002
- Archive Date
- 4/21/2002
- Point of Contact
- Scott Tyler, (508) 233-4339
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center
(scott.tyler@natick.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The USA Robert Morris Acquisition Center-Natick Contracting Division, Natick, MA, in support of the U.S. Army Soldier and Biological Chemical Command, Natick Soldier Center is conducting a market investigation to identify products, suppliers and manufactur ers of protective footwear systems. The U.S. Army is interested in identifying firms with capabilities to provide/design/develop protective anti-personnel mine footwear for use by the combat soldier in all terrains and conditions. Interest is in a read ily available product or information on development that will be available within the next six to twelve months. This will be based on a concise and attainable development / commercialization plan. The protective anti-personnel mine footwear must be capa ble of the following critical sub-factors: a) Protection ? The footwear shall provide a minimum blast protection against anti-personnel mines containing up to fifteen ounces (240 grams) of explosive charge with an injury assessment rated salvageable limb ( threshold) or no major injury (objective). b) Configuration - compatible to fit over the standard U.S. leather combat boot or equivalent design (threshold) or single construction footwear that covers the foot through the ankle area to the lower calf regio n of the leg (objective) and afford traction on mud, sand, and rocks traversed by military personnel with upper materials that provide abrasion, mildew and water resistance. c) Weight - maximum of 2.5 pounds (1.13 kg) per boot/footwear for an average size (approximately U.S. size 9). Interested sources must, within thirty (30) days following the publication of this synopsis, respond with information on their current product(s) and how they are made or could be modified to address the military requirement. Interested sources shall include information detailed in CBD Note 25 regarding a firm's experience, personnel, and facilities. Product information should include product cost, technical information (e.g. technical literature, data and illustrations, bal listic certifications), performance capabilities, independent laboratory test results, and relevant company background/experience. Firms responding shall indicate whether or not they are a small business. Any information/samples submitted will not be ret urned. If a firm chooses to submit samples, the Government for such samples will make no payment. Responses to this notice are to be sent to Mr. Barry Hauck, Natick Soldier Center, PM ? Soldier Equipment, Room D238, Kansas Street, Natick, MA 01760. Thi s notice is for market research only. THIS IS NOT A REQUEST FOR QUOTATIONS. No solicitation document exists. The information received under this announcement may be used to purchase items for Government testing and/or for developing acquisition strategy .
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00029908-W 20020224/020222213347 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |