Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
SOURCES SOUGHT

84 -- Request for Information (RFI) - Jungle Rucksack

Notice Date
12/2/2014
 
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
W911QY-15-RFIJR
 
Response Due
2/2/2015
 
Archive Date
3/4/2015
 
Point of Contact
Jean Greenwood, 508-233-6101
 
E-Mail Address
ACC-APG - Natick (SPS)
(jean.t.greenwood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for Jungle Rucksacks which are capable of meeting the basic requirements described below. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. 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. DESCRIPTION The U.S. Army Natick Soldier Research Development, and Engineering Center (NSRDEC), Natick, MA is seeking information and sample materials for test and evaluation purposes of available Jungle Rucksack that are capable of meeting the following performance requirements: A. KEY PERFORMANCE PARAMETERS 1. Jungle Ruck will have a volume threshold of 2000 - 2500 cubic inches. 2. Must be acceptable and interface with current Body Armor (BA) and plate carriers: the Crye AVS and Eagle MMAC 2012. 3. Environmental conditions cannot degrade the system to the extent that is cannot be used for its intended mission. a) Must withstand the effects of the full climatic range of jungle operations (generally 0-40 C, 32-104 F). b) Must be rot, mildew, chlorine, salt water, UV light and petroleum, oils and lubricant (POL) resistant. c) Must have a shelf life of not less than three years as a threshold and five years as an objective. d) The backpack system must provide flame resistance equal to that of the current Ballistic Armor Load Carrying System (BALCS). e) Pack should have better ventilation than legacy pack systems measurable by user evaluations. The pack frame MUST provide standoff from the back of the user for ventilation ability. Either an external frame or internal contoured frame should meet this requirement. B. OTHER PERFORMANCE CHARACTERISTICS 1. Pack can be attached to personnel to be flown under Parachute operations without causing increased risk of injury (HALO & Static Line). 2. Must be capable of supporting the weight of an attached loaded Butt Pack with a weight of 20 pounds. 3. Items must be capable of being made in Multi Cam, AOR1, AOR2, and Coyote. 4. Pack weight of 4 pound as a threshold and 3 pounds as an objective. 5. Must be compatible and interface with BALCS components to include Low Visibility Body Armor Vest (LBAV) and Load Carriage System (LCS). 6. Use an Internal, external or hybrid frame style. The Pack suite is expected to fit 5 - 95 % males with built in torso length adjustability from 14 - 21 inches and 3 sized waist belts (S 28-34, M 34-40, L 40+) 7. Jettison capability that can be done quickly under 10 seconds and not causing harm to personnel who are standing or running during jettison maneuvers. 8. Integral load carriage system padded and reinforced so that personnel can carry heavy and/or irregular shaped loads and capable of carrying/supporting a maximum of 90 lbs. 9. The frame and/or its supporting elements shall be ergonomically efficient and sized to optimize compartment and equipment placement (minimum number of sizes with minimum number of adjustments). Provide adjustments (straps, cords, or other mechanisms) to allow the shifting of the load from the shoulders to the hips and vice versa to minimize discomfort/muscle strain in those areas while wearing the system. The majority of the weight should be placed on the hips. The shoulder straps will provide a quote mark clean quote mark surface to the front which will not interfere with the shouldering and firing of a weapon. 10. For minimal interference with individual movement, Pack should utilize a minimum amount of MOLLIE compatible webbing on the back of the Pack for the attachment of external items. 11. Sides of pack will be slick with no webbing or attachment points in order to reduce snagging in operational environments. 12. The back pack shall be compatible with the current Commercial Off the Shelf (COTS) hydration suites (100 oz standard bladder) providing a method of retention to secure the bladder. 13. The pack will have a removable (quick release) top/closing flap that is a light backpack/bolt bag 200-500CI. 14. The pack will provide a means for communications pass through. 15. The pack will contain a removable inner pouch with keeper capable of maintaining a radio (PRC117 size) at the top/back part of the backpack for accessibility with drainage. 16. Must withstand delivery by parachutist as part of the main pack or as a standalone item. As a threshold the patrol pack must be deliverable by the Single Point Release Harness, H - Harness, Spider Harness or parachutist drop bag. 17. The Pack must have a top and side carrying handles rated at 105 lbs. 18. Personnel must be able to easily manipulate the adjustment and release mechanisms while wearing cold weather and wet suit gloves during the day and night. 19. The shoulder straps will provide a quote mark clean quote mark surface to the front, which will not interfere with shouldering and firing of a weapon. 20. The pack shall be comfortable and not cause hot spots, chafe or discomfort to the wearer. It shall allow for full range of movement of all appendages. 21. The pack must be of water resistant design (material) and incorporate drain holes/grommets in all the components to include pockets and pouches. 22. Must be compatible with other items of individual equipment both fielded and emerging. OTHER REQUIREMENTS: Materials must also meet the requirements of the Berry Amendment, 10 USC 2533a. REQUESTED INFORMATION Vendors who believe they have product(s) capable of meeting the above requirements are requested to submit a short (no more than 3 pages total) summary, including description, performance information, pictures and website (if available). Vendors are also request (but not required) to submit a sample of one (1) yard of material with their response to this RFI (see below). The three (3) page summary must include Company name and address, point of contact with phone number, DUNS number, Cage Code and a statement regarding any small business designation (if applicable), by the date and to the address noted below. The North American Industry Classification System (NAICS) code is 315990 - Apparel Accessories and Other Apparel Manufacturing and the small business size is 500 employees. Please advise if your product is proprietary and or classified. Any classified information will be protected as denoted with submission. Parties having a system meeting these constraints should contact Scott Germain at the below listed contact via email. Material Samples: Respondents that believe they can provide materials that meet the Government's performance requirements are invited to submit material samples with their written responses. These samples will be degraded or destroyed during evaluation and will not be returned to the respondent. In addition, the respondent must provide the following information on the submitted samples. 1. A material description, fiber blend percentages, and Berry compliance documentation. 2. If a supplier submits multiple materials, it is requested that they identify the advantage/disadvantages of their competing products. Any information and samples submitted will not be returned, and no payment will be made by the Government for such samples. Responses to this notice are to be sent to the RFI POC below. This notice is for market survey only. 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. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents will not be notified of the results of this survey or results of testing and evaluation on any samples submitted. Point of Contact (POC) Interested parties shall submit responses to this RFI to: Scott Germain Natick Soldier Systems Center ATTN: RDNS-WPS Bldg 4, Rm D-017 15 Kansas St Natick, MA 01760 Phone: (508)233-5311 Email: scott.m.germain.civ@mail.mil Questions concerning this RFI may be addressed by contacting: Scott Germain, Project Officer Phone: (508)233-5311 Email: scott.m.germain.civ@mail.mil Responses shall be received no later than 4:00PM EST 2 February 2015. Responses shall be e-mailed to the address above. No telephonic or hardcopy responses to this RFI will be considered. Additional Information All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db760f091a0ff6d1a63f842352c94f8f)
 
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
 
Record
SN03584873-W 20141204/141202234530-db760f091a0ff6d1a63f842352c94f8f (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.