Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOURCES SOUGHT

84 -- Uniform Integrated Protective Ensemble (UIPE) Increment 1

Notice Date
5/27/2010
 
Notice Type
Sources Sought
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
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-10-R-0061
 
Response Due
6/30/2010
 
Archive Date
8/29/2010
 
Point of Contact
alvesr, (508) 233-5922
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(richard.alves@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Uniform Integrated Protection Ensemble (UIPE) Increment 1 [formerly known as Lightweight Chemical Biological Protective Garment (LCBPG)] Contracting Office Address RDECOM Contracting Center - Natick, ATTN: CCRD-NA, Natick Contracting Division, Building 1, Kansas Street, Natick, MA 01760-5011 Description The Joint Project Manager for Individual Protection (JPM-IP) is looking for domestic and foreign vendors to provide Commercial-off-the shelf (COTS), Non-Developmental items (NDI), or near-NDI CB protective garments that can be integrated with current U.S. technologies to enhance existing capabilities. Vendors must be capable of providing CB protective garments with reduced thermal burden over the current U.S. CB protective overgarment and with heat transfer characteristics comparable to that of the Flame Resistant Army Combat Uniform (FR-ACU). The chemical protective garments must possess the following key performance capabilities: "Thermal burden reduction of 25% (threshold) relative to current U.S. CB protective equipment (in MOPP IV configuration) as measured by additional minutes wearer can safely operate while performing missions (within specified environmental conditions) and by decreased heat casualties (based on core temperature range measurements). Environmental/operational conditions of interest include the following: temperature range of 20-50 degrees C; relative humidity range of 0-45%; with and without solar load, and metabolic work rate range of 415-470 watts. "Protection against chemical agents (HD, TGD, VX) liquid challenge of 5 g/m2 (threshold) and 10 g/m2 (objective); "Protection against chemical agents (HD, TGD, VX) vapor challenge of 5000 mg-min/m3 (threshold and objective); "Protection against chemical agents (HD, TGD, VX) aerosol challenge of 5000 mg-min/m3 (threshold and objective); "Protection time of 12 hours after 48 hours of unchallenged wear (threshold) and 24 hrs after 96 hours of wear (objective); "Integration with existing CB protective footwear, gloves and masks; "Integration with existing individual body armor and combat equipment. JPM-IP is interested in vendors who are currently producing the most advanced items and technologies capable of meeting the key performance capabilities listed above. The Government may acquire for testing purposes one or more vendor products that appear to meet or exceed the stated performance characteristics. Responses are requested of those suppliers who could provide garments and material samples ready for test and demonstration purposes on or about September 2010. Responses to this market survey are due on or before 30 June 2010; respondents are encouraged to submit the following in response to this Special Notice: 1.Product description with performance parameters 2.Technology readiness level (i.e., maturity level) 3.Summary of prior testing 4.Test reports (i.e., indicating material performance - chemical, physical properties, durability, protection time, service life, etc.) 5.Unique test methods required to evaluate material performance 6.Safety information (MSDS, toxicological information, etc.) 7.Where and how the product is currently used, 8.Manufacturing readiness level 9.Unique manufacturing requirements 10.Current availability of the product 11.Estimated schedule and estimated cost for the price of test articles and production units 12.Product samples Please submit written responses via e-mail in Microsoft Office format to the Contracting Officer Mr. Richard Alves (richard.alves@us.army.mil) and the JPM-IP Protective Clothing Product Manager, Danielle Fleming (danielle.fleming@usmc.mil). Supplemental hardcopy materials such as brochures, etc. (3 copies each) may be sent to the JPM-IP Protective Clothing Product Manager at JPM-IP, Attn: Danielle Fleming, 50 Tech Parkway, Suite 301, Stafford, VA 22556 and one (1) copy to the Contracting Officer at Attn: Richard Alves (CCRD-NA), US Army RDECOM CC, Natick Contracting Division, Kansas Street, Natick, MA 01760. If product samples are provided, garment and/or material samples should be sent to the Natick Soldier Center, ATTN: Joint Shield Cell RDNS-WSC-J, D215, Kansas Street, Natick, MA 01760. All submissions must clearly identify the manufacturer, point of contact information, solicitation number and number of different submissions included if multiple submissions are provided. In addition, material submissions must be clearly identified in the event of multiple submissions. Each package with material samples shall contain a packing list to identify the quantity and types of materials included. The outside (away from skin) and inside (towards skin) of the material samples must be clearly labeled. Oversight of this Market Survey will consist of a panel of Government representatives. Questions regarding this Market Survey should be directed via e-mail to Mr. Richard Alves, richard.alves@us.army.mil. No verbal communication will be accepted. This synopsis is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by the Government to issue an order or otherwise pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9378ccb24cf879873272e4136a6ca50a)
 
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
SN02162279-W 20100529/100527235222-9378ccb24cf879873272e4136a6ca50a (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.