SOURCES SOUGHT
84 -- Seeking potential sources and no cost product samples of commercially available, non-developmental cooling garments for US Navy and US Marine Corps Helicopter Aviators and Crew
- Notice Date
- 1/27/2005
- Notice Type
- Sources Sought
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-N00421-ICS
- Response Due
- 3/1/2005
- Archive Date
- 3/16/2005
- Description
- This is a sources sought notice for the Naval Air Warfare Center, Aircraft Division (NAWCAD) of Patuxent River, MD who is seeking potential sources and no cost product samples of commercially available, non-developmental cooling garments for US Navy and US Marine Corps Helicopter Aviators and Crew. The minimum requirements for such cooling garments include (but are not limited to) the following: a. Sized and adjustable so that as few sizes as possible can provide a safe fit for the central 90% of the user population (military male and female aircrew ages 18-45) b. Does not pose a flame hazard. c. Durable to withstand the Naval aviation environment, requiring little or no maintenance, and repairable with commercially available materials d. Compatible with standard US Navy Aviation Life Support Equipment and Aircraft cabin spaces. e. Does not pose a snag or visibility hazard. Hardware retention sufficient to avoid obstruction of other contamination hazard to moving aircraft parts. f. Low inherent buoyancy to allow unimpeded escape from a submerged helicopter. g. Does not pose an Electro Magnetic Interference or Electro Static Discharge hazard. h. Effects decrease of body skin temperature and core temperature. i. Be man mounted and low weight to avoid musculoskeletal fatigue during flight operations (maximum weight of 10 pounds), as well as to allow unimpeded escape from downed aircraft. j. Low profile to allow full range of flight controls. k. Requires no modification of aircraft (i.e. mounting, power, etc.) Product samples and related information will be required from all interested sources at no cost to the government. One product sample shall be provided in each size commercially available. The product samples will be assessed to ensure that the design satisfies the US Navy requirements. Responses shall include all testing (with test method) that was performed during the product?s development or post development. Heat stress testing results and test method must be provided. Responses shall also include duration of cooling provided, activation method, associated cooling unit requirements, cost, maintenance and repair methods, sizing chart, fiber content, weight, packed volume, instructions for use, and buoyancy data (with test method) if available. Unit cost; order leadtime; GSA schedule information; Material Data Safety Sheet(s); power requirements (if any); spare parts list (if any) and identification of components country of origin must also be included. If data is not available an explanation must be provided. Interested sources should clarify if their product is commercially available or if the product would be a non-developmental item that could be modified to meet the governments needs. Proprietary data MUST be marked as such, on a page-by-page basis and will be kept confidential and protected where so designated. Evaluation of product samples will take no longer than 12 months. Product samples will be returned only at the source?s request and expense unless the product is destroyed during evaluation. This announcement IS NOT a Request For Proposal nor does the Government intend to pay for any information/items submitted in response to this synopsis. Based on a review of industry response to the Sources Sought Synopsis, the Government will decide on an appropriate procurement strategy. A flight test will be performed after evaluation of product samples, at which time a quantity of 25 ? 50 units will be procured via Simplified Acquisition Procedures (SAP) on purchase order(s). It is anticipated that a solicitation for a firm fixed price contract will be released in FY08 with an initial quantity of 2000 units. This synopsis does not commit the government to awarding a contract. Product samples and related information are to be shipped to NAWCAD Contracts office by 1400 EST, 01 March 2005. Interested sources should send the product samples and information to Contracts, Code 25132, Bldg. 441, Unit 7, 21983 Bundy Road, Patuxent River, MD 20670-1127. All technical questions must be submitted in writing and mailed to the above address, emailed to Holly Smith (holly.smith1@navy.mil) or faxed to (301) 757-8959 in the attention of Holly Smith. Interested sources should also indicate whether or not they are a small, small disadvantaged, 8 (a), or large business. All responsible sources may submit product samples and information, which will be considered by this agency. Submittals shall also include Contractor?s Cage Code and DUNS Number. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at http://ccr.edi.disa.mil/.
- Place of Performance
- Address: TBD, ,
- Record
- SN00741514-W 20050129/050127212229 (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 |