Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2013 FBO #4059
MODIFICATION

84 -- The US Army is looking for qualified vendors with improvements to the improved Combat Vehicle Crewman (iCVC) that may be utilized to develop design and specification enhancements for the new enhanced Combat Vehicle Crewman (eCVC).

Notice Date
1/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY13RFIECVC
 
Response Due
2/1/2013
 
Archive Date
3/3/2013
 
Point of Contact
Mark Marchioli, 508-233-6172
 
E-Mail Address
ACC-APG - Natick (SPS)
(mark.marchioli@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Product Manager, Soldier Clothing and Individual Equipment (PM-SCIE) requests capability statements from companies for the purpose of identifying potential sources to assist in the development of an innovative Design and Specification enhancements for the enhanced Combat Vehicle Coverall (eCVC). The eCVC will consolidate the capability requirements of the one-piece improved Combat Vehicle Crewman (iCVC) Coverall into a single uniform and other enhacements over the current iCVC. Respondents should have a mature design in order to be considered as a potential source for this effort and any potential test and evaluation purchase orders issued as a result of this Request for Information. Potential sources shall submit: A fact sheet or white paper detailing their capabilities and proposed system; and Any and all test data associated with their proposed system to include base fabric(s); and Three (3) Product Demonstration Models (PDMs) of their proposed system in Universal Camouflage Pattern (UCP); and As a result of the information submitted, the Government may issue purchase orders to those respondents who have a concept the Government wants to examine further. As such, please provide unit pricing for the potential purchase of a quantity of between 1 to 250 each and indicate your ability to produce these wihin 60 days of issuance of a purchase order. The Government has the following desired characteristics for the eCVC: Baseline Characteristics (Minimum thresholds): The eCVC shall meet the minimum performance requirements found in table IV of Purchase Description GL/PD 10-16A dated 24 August 2010 for Improved Coveralls, Combat Vehicle Crewmen's. The eCVC shall be a two piece uniform ensemble which can be joined together creating a one piece coverall which does not compromise FR protection. The eCVC two piece configurations shall allow the Mounted Soldier the ability to have more functional movement in a dismounted position with a full combat load and utilize the Army Combat Shirt (ACS) when in a dismounted operation, as well as reduce heat burden. The eCVC shall meet Flame Resistance requirements listed in GL/PD 07-12 rev 5 dated 28 September 2012, Type III when tested according to: ASTM D6413, Standard Test Method for Flame Resistance of Textiles (Vertical Test), NFPA 2112, Standard on Flame-Resistant Garments for Protection of Industrial Personnel against Flash Fire, Section 8.2, Thermal Protective Performance (TPP) Test, and ASTM F1930, Standard Test Method for Evaluation of Flame Resistant Clothing for Protection Against Flash Fire Simulations Using an Instrumented Manikin. The eCVC shall be supplied in sizes in accordance with GL/PD 10-16A dated 24 August 2010. Desired Characteristics (Exceeding Objectives): The material make up of the proposed eCVC shall provide demonstrable increases in material breathability, improved materials, garment weight reduction, and design improvements over the current iCVC. The eCVC shall exceed Physical performance requirements in GL/PD 10-16A dated 24 August 2010. The tensile strength of the fabric shall be a minimum of 140 warp x 125 fill. The eCVC shall exceed Flame Resistance requirements listed in GL/PD 07-12 rev 5 dated 28 September 2012, Type III when tested according to: ASTM D6413, Standard Test Method for Flame Resistance of Textiles (Vertical Test), NFPA 2112, Standard on Flame-Resistant Garments for Protection of Industrial Personnel against Flash Fire, Section 8.2, Thermal Protective Performance (TPP) Test, and ASTM F1930, Standard Test Method for Evaluation of Flame Resistant Clothing for Protection Against Flash Fire Simulations Using an Instrumented Manikin. The findings from this Request for Information effort may be used to improve the specification of the iCVC. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this Request for Information received by the Government will not be accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and the Government may issue one or more purchase orders under $150,000.00 for test and evaluation of items to assist in the development of future specifications. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL or PDF format will be rejected and considered nonresponsive. Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products, the ability to modify existing products and/or develop new products that could meet the requirements described herein. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 1200 EST on 1 February 2013. Address any questions about this request for information to Ms. Kelly Fratelli and Mr. Danny Hanson via e-mail at kelly.a.fratelli.civ@mail.mil and danny.w.hanson.ctr@mail.mil. Interested sources shall submit the required information and PDMs to the following address: Mr. Mark A. Marchioli, Contracting Officer US Army Contracting Command, Aberdeen Proving Ground Natick Contracting Division (CCAP-SCN) 100 Medway Rd. Suite 305 Milford, MA 01757 Delivery tracking information shall be submitted prior to delivery to mark.a.marchioli.civ@mail.mil. Please include a one page cover sheet with the following information in as part of the response in the following format: 1) NAICS code(s) under which you will perform this task 2) Company address, telephone number, primary contact(s) with e-mail address (es) and CAGE code. 3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the System for Award Management (SAM) database in order to obtain a DUNS number. Firms may register with SAM at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/19d71ed6c5329efd62038660eb1a6b9d)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: CCAP-SCN-NESSIE 100 Medway Rd. Suite 305 Milford MA
Zip Code: 01757
 
Record
SN02957564-W 20130104/130102233812-19d71ed6c5329efd62038660eb1a6b9d (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.