Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOURCES SOUGHT

84 -- Improved Army Combat Shirt Sources Sought

Notice Date
4/30/2010
 
Notice Type
Sources Sought
 
NAICS
315225 — Men's and Boys' Cut and Sew Work Clothing Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-IACS-SS
 
Response Due
5/14/2010
 
Archive Date
7/13/2010
 
Point of Contact
Daniel Purcell, 508-233-6335
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(daniel.j.purcell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: This is a request for information (RFI) only. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). All information received will be for planning purposes only. 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 proprietary information shall be marked as such. The U.S. Army is seeking the availability and technical capability of qualified sources to provide improvements to the current Flame Resistant Army Combat Shirt (FR-ACS). The Improved Army Combat Shirt (IACS) capabilities are needed to improve soldier survivability and operational capabilities in all operational environments. The IACS will support major combat operations, stability operations, homeland security operations, and joint operating concepts, as well as the joint force application functional concepts. The IACS will provide soldiers the enhanced capability to remain mission capable and continue the mission without negative physiological effects due to the environment or Personal Protective Equipment (PPE) being worn. The IACS provides a capability for longer wear of the PPE due to its ability to act as a protective barrier to the PPE, preventing chafing and rubbing on the soldier from the PPE itself. In hot environments, the IACS provides an enhanced capability for heat mitigation by reducing the number of layers soldiers must wear and providing a more comfortable shirt for wear under the PPE. In cold environments, it will have the reverse effect, keeping soldiers warmer, and reducing the layers of clothing needed to keep them warm while wearing the PPE. REQUIREMENTS: The performance parameters for the IACS are as follows: Physical Protection: The IACS shall not melt or drip when exposed to flame and it shall be self extinguishing. As a worn flame resistant clothing item, the IACS shall be subject to independent verification testing in accordance with ASTM F1930, Standard Test Method for Evaluation of Flame Resistant Clothing for Protection Against Flash Fire Simulations Using an Instrumented Manikin, using a 4 second exposure. Additionally, the IACS shall be subject to the same physical protection standards and testing stated in the current Army Combat Shirt Purchase Description, GL-PD-10-02, dated 23 December, 2009. The IACS shall cover the upper torso and full length of the arms to the wrist. It shall be compatible with and compliment all other equipment and items issued to the soldier as individual equipment or PPE. It shall provide enhanced flame protection in those areas of the uniform not covered by the Improved Outer Tactical Vest (IOTV) and/or Plate Carrier body armor vest; this ensures each piece of soldier equipment or clothing, current and future will be an integrated component of the total system and allow the soldier to tailor clothing and personal equipment according to the mission. Wear and Comfort: The IACS shall not hinder the soldiers full range of motion while wearing the shirt. The IACS shall not limit any natural physical capability of the soldier while completing individual or collective tasks. The IACS shall be capable of quick donning and doffing, and shall not restrict soldiers as they don or doff personal equipment or PPE. The IACS shall be non-irritating to the skin of the soldier; it shall not cause distraction to soldiers resulting from irritation. Optimally, the FR-ACS shall not chafe the soldier. Heat Mitigation: IACS shall provide a heat reduction capability; it shall allow for ventilation of body heat. The IACS shall also be capable of retaining body heat during cold weather operations. Durability: The IACS shall resist ripping or tearing; it shall be water and wind resistant; and it shall resist staining from contact with common molds and fungus, petroleum, oils, and lubricant products, tars, and surfactants. The shirt shall require minimum care and maintenance and shall maintain its protective properties through 50 launderings. Optimally, the shirt shall provide an electrostatic discharge capability in order to be used with the Army Aircrew Combat Uniform (A2CU) trousers during missions involving rotary wing aircraft. Sustainment: The IACS shall provide a minimum service life of 120 days of field use and minimum shelf life of five (5) years; the optimal service life is 180 days of field use and optimal shelf life is more than five (5) years. ADDITIONAL DESIRABLE CHARACTERISTICS: Force Protection: The IACS shall provide a reduction in infrared (IR) signature commensurate with other current Army combat uniforms. Physical Protection: The IACS shall provide additional protection at crucial points on the body of the soldier that are supporting PPE or subject to increased frequency of being struck by the ground or other non-ballistic objects. The IACS shall provide protection from insect borne diseases. Identification: The IACS shall provide the capability to identify soldiers by name, rank, and Identification Friend or Foe (IFF) tag. Convenience: The IACS shall provide the capability to carry writing utensils and other small articles on the sleeves. INFORMATION SOUGHT: Potential offerors are invited to describe their capabilities to provide the product as described herein. All respondents shall include all of the information listed below in an email to jed.watkins@us.army.mil and phillip-blue@conus.army.mil, and limit their responses to no more than 10 pages. 1)Company name and Solicitation number in the email subject line. 2)Company address, telephone number, primary contact(s) with e-mail address(es), NAICS code(s), business size (i.e., small/large/HUB Zone), CAGE code, and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov.) 3)Statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, to include recommended improvements. This can also include current or past performance of providing this or similar products to the Government. 4)Estimated cost, typical delivery schedule, and anticipated volume discounts. 5)If applicable, a description of currently available commercial products, as well as the ability to modify existing products or develop new products that could meet the requirements described herein. 6)All assumptions, including any assumed Government support. All information shall be submitted within 15 days following the publication of this RFI. Address any questions about this request for information to Phillip Blue at phillip-blue@conus.army.mil or U.S. Army PM SCIE, 5981 13th Street Bldg 1155, ATTN: Phillip Blue, Fort Belvoir VA, 22060. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/07ec778716b8768eb5942e1365d8e8aa)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02138024-W 20100502/100501000208-07ec778716b8768eb5942e1365d8e8aa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.