Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOURCES SOUGHT

84 -- Sources sought for Lightweight Combat Vehicle Crewman fabric solutions

Notice Date
5/10/2010
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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-LWICVC
 
Response Due
5/25/2010
 
Archive Date
7/24/2010
 
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 responsible sources to recommend and provide lightweight flame resistant fabrics that will reduce the overall garment weight of the Improved Combat Vehicle Crewmens Coveralls (iCVC). REQUIREMENTS: To be considered a responsible source for this RFI the respondents shall submit all requested technical information and independent test data explaining the characteristics, performance and composition of their proposed lightweight fabric meeting the requirements contained herein. The lightweight iCVC fabric shall provide a total garment weight reduction from the current iCVC. The current fabric weight is 6.5 ounces per square yard. The lightweight iCVC fabric shall meet or exceed the physical protection standards and other test standards of the current iCVC as detailed in Purchase Description FQ/PD-08-04, dated 17 April 2009. The lightweight iCVC fabric shall not char, melt, drip, or adhere to the skin when exposed to flame and it shall be self extinguishing. As a worn flame resistant clothing item, the iCVC with lightweight fabric 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. The lightweight iCVC fabric shall provide an electrostatic discharge capability. The lightweight iCVC fabric shall require minimum care and maintenance and shall maintain its protective properties through 25 launderings. INFORMATION SOUGHT: Potential offerors are invited to describe their capabilities to provide the product improvements that will meet the requirements as described herein. For each fabric recommendation, include independent test data for the following characteristics: manufacturer, trade name and/or style numbers, brief description, price per yard, Berry Amendment compliance determination, construction, fiber content, weight in ounces per square yard, breaking strength in pounds (W x F), tear strength in pounds (W x F), flex abrasion in cycles (W x F), air permeability (cubic feet per minute per square foot), fabric appearance and smoothness rating - initial and after five washes, dimensional stability in percent (W x F), pilling, colorfastness ratings, vertical flame after flame in seconds - initial and after twenty-five washes, vertical flame after glow in seconds- initial and after twenty-five washes, vertical flame char length in inches - initial and after twenty-five washes, thermal protective performance (TPP) - contact and spaced, electrostatic delay in seconds - initial and after five washes, moisture vapor transmission rate, maximum drying time in minutes, minimum vertical wicking in millimeters, and instrumented manikin projected percent body burn after 1 wash. Additionally, include all appropriate Material Safety Data Sheets (MSDS), safety, and health information for each fabric. All respondents shall provide the following information via email to jed.watkins@us.army.mil with CC to celia.powell@us.army.mil, within 15 days of publication of this RFI: 1)Company name and Solicitation number in the email subject line. 2)Company address, telephone number, primary contact(s), 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)Characteristics for proposed lightweight fabrics on attached spreadsheet. 4)Brief statement of capability demonstrating background, experience, skills, ability, capacity, and availability to fulfill the Government's requirements described herein. This can include recent past performance of providing this or similar products to the Government. 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. Respondents shall also provide five yards of each recommended fabric to: Natick Soldier R, D & E Center ATTN: Celia Powell Building 4, Room D236 15 Kansas Street Natick, MA 01760 Address any questions about this RFI 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/5c19494d4b7018f63549a4d1d46377a7)
 
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
SN02145373-W 20100512/100510234952-5c19494d4b7018f63549a4d1d46377a7 (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.