SOURCES SOUGHT
84 -- Chemical/Biological (CB) protective Flame Resistant (FR) gloves for Ground and Aviation use.
- Notice Date
- 9/30/2014
- Notice Type
- Sources Sought
- NAICS
- 315990
— Apparel Accessories and Other 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
- W911QYJPMP-FRGLOVE
- Response Due
- 11/30/2014
- Archive Date
- 12/30/2014
- Point of Contact
- Christine Sordillo, 508-233-6179
- E-Mail Address
-
ACC-APG - Natick (SPS)
(christine.f.sordillo.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute an Invitation for Bid (IFB), Request for Proposal (RFP), or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, JPEO-CBD is not, at this time, seeking proposals and will not accept unsolicited proposals. Interested parties are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of a potential offeror to monitor these sites for additional information pertaining to this requirement. The JPEO-CBD, in support of the Joint Project Manager for Protection (JPM P), is seeking information on identifying Chemical/Biological (CB) protective Flame Resistant (FR) gloves for Ground and Aviation use. The hand wear will integrate a CB protective glove that can be worn with Joint Service Lightweight Suit Technology (JSLIST), Joint Protective Air Crew Ensemble (JPACE), and JSLIST Chemical/Biological Coverall for Combat Vehicle Crewman (JC3). JPM P, is looking for vendors to provide Commercial-Off-the Shelf (COTS), Non-Developmental Items (NDI), or near NDI CB protective gloves or liner only solutions that can be fully integrated with current U.S. CB protective garments to enhance capabilities. The gloves or liners must have the following performance attributes: -Provide for 12 [T] hours to 24 hours [O] of CB protection after 48 [T] hours or 96 [O] hours of wear; -Provide protection against 5g/m2 [T] or 10g/m2 [O] liquid agent challenge and 5000 ct (mg/min/m3) vapor /aerosol; limit sweat build-up [T] or provide a breathable [O] candidate; -Not significantly reduce the tactility and dexterity of the outer standard duty glove; -Possess non-melting properties [T] or meet FR to resist self-ignition, or if ignited, self-extinguish [O]; -Have sufficient gauntlet length to interface with the sleeve of the current fielded CB protective garments; -Protection against chemical agents HD, TGD, VX in liquid, vapor and aerosol forms; -Maintain CB protection when exposed to operational contaminants such as JP-8, hydraulic fluid, weapons lubricants, munitions residue, standard decontaminants, blood, and salt and fresh water. Additionally, JPM P is interested in innovative and creative approaches to CB hand wear protection that meet the above requirements but which may provide unique candidates/alternative concepts beyond the stated liner approach (Example: a single glove approach which can provide requisite FR and CB protection without sacrificing tactility/dexterity), or a liner only worn under a standard duty glove without requiring upsizing. 2.0 Responses Interested parties are requested to respond to this RFI with a white paper, within 30 (thirty) days of this notice. White papers in Microsoft Word for Office 2000 compatible format are due no later than this RFI's expiration. Responses shall be limited to 20 pages and submitted via e-mail only to Christine Sordillo, Christine.f.sordillo.civ@mail.mil. Proprietary information must be clearly marked. To aid the Government, please segregate proprietary information. Please be advised that submissions will not be returned. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 2. Recommended contracting strategy. 3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 315990 Apparel Accessories and Other Apparel manufacturing, which has a small business size standard of 500 employees. Concerns employing less than 500 employees shall be considered small for the purposes of this white paper. Section 2 of the white paper shall provide product information, and shall include the following as a minimum: 1. A description of the product's performance with respect to the following performance parameters, -Hours of CB protection after 48 hours or 96 hours of wear; -Protection against a 5g/m2 or 10g/m2 liquid agent challenge and 5000 ct (mg/min/m3) vapor /aerosol; -Capability to limit sweat build-up or provide breathability; -Ability to avoid significant reduction from the tactility and dexterity of the outer standard duty glove; -Non-melting properties or ability to meet flame resistance to resist self-ignition, or if ignited, self-extinguish; -Gauntlet length sufficient to interface with the sleeve of the current fielded CB protective garments; -Protection against chemical agents HD, TGD, VX in liquid, vapor and aerosol forms; -Ability to maintain CB protection when exposed to operational contaminants such as JP-8, hydraulic fluid, weapons lubricants, munitions residue, standard decontaminants, blood, and salt and fresh water. 2. Technology readiness level (i.e. maturity level) 3. Manufacturing readiness level 4. Summary of prior testing 5. Test reports 6. Where and how the product is currently used 7. A statement on current availability
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/59cc04b4437be7897c6e4702737b2992)
- Place of Performance
- Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN03538465-W 20141002/141001000638-59cc04b4437be7897c6e4702737b2992 (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 |