SOURCES SOUGHT
84 -- Government Design - Soldier Protection System Torso & Extremity Protection (SPS TEP - Protective Outer Garment (POG)
- Notice Date
- 3/10/2015
- Notice Type
- Sources Sought
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-15-SPSGOVPOG
- Response Due
- 3/20/2015
- Archive Date
- 5/9/2015
- Point of Contact
- lisa.yamakawa, 410-278-6129
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(lisa.j.yamakawa.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), in support of Product Manager Soldier Protective Equipment of the Program Executive Office Soldier, Fort Belvoir, VA 22060 is seeking information from potential industry partners to support the Army's next generation protection system called Soldier Protection System Torso and Extremity Protection (SPS TEP). Background. An operational need exists to provide the Soldier a personal protective system that allows the user to tailor his/her loads for mission-specific operations, thereby increasing survivability and mobility. The goal of SPS TEP is to provide the Soldiers with modular and scalable/mission-tailorable protection to reduce weight and increase mobility while optimizing protection. Currently the Army is in the final development stage that will down select between four (4) designs to go into Low Rate Initial Production/Full Rate Production (LRIP/FRP). The Government design consists of four (4) components, the torso vest, the BCS, the load distribution system, and the pelvic protection system. If the Government design, one of the four designs, is selected then the Government will issue a Request for Proposals (RFP) for the POG to go into LRIP/FRP. This RFI is to gather information specific to producing the pelvic protection system component for the Government design if it is selected for LRIP/FRP, specifically the Protective Outer Garment (POG). This RFI seeks information on the construction of and production capabilities related to the POG as detailed in the following paragraph as well as the soft ballistic armor, which is worn inside the carrier, that meets paragraphs 3.3 Ballistic Material Systems Requirement and 3.4 Ballistic Performance Requirement of the Technical Statement of Need (TSN) (attachment). The Government POG is designed as a blast harness with increased area of coverage while also improving mobility and protection from blast events. The POG contains soft armor that provides protection of the pelvic region, femoral arteries, and lower abdominal organs in a blast or fragmentation event. The camouflage outer carrier of the POG is flame resistant. The POG currently comes in four (4) sizes. Detailed patterns for the POG will be provided with any potential RFP. Submission Information: All interested vendors shall respond to the RFI by submitting the below information by 20 March 2015: -Technical supporting information such as test reports or past research and development efforts investigating material performance and a soft armor ballistic design that meets or exceeds the TSN requirements. -Detailed description of any past performance related to the production of tactical vests and soft armor ballistic inserts. -Business name, address, business size and point of contact information (name, email and phone number). -Business name, address, business size of all sub-vendors. -Proprietary information should be clearly marked and will not be disclosed outside the U.S. Government. Interested sources should submit the requested information not later than 20 March 2015 via email ONLY to lisa.j.yamakawa.civ@mail.mil. This information should be provided to the contracting office at US Army Contracting Command - Aberdeen Proving Ground, ATTN: Lisa Yamakawa, Contract Specialist, Team Tyree, by email at lisa.j.yamakawa.civ@mail.mil. The Government does not guarantee that this RFI will result in a RFP or contract award, and will not provide reimbursement for any costs incurred by vendors who respond to the RFI. Interested vendors will be advised if and when the Government decides to pursue a formal RFP or solicitation. Please direct all questions relating to this RFI to the contracting office, Lisa Yamakawa, Contract Specialist at 410-278-6129 or email lisa.j.yamakawa.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/28dbe1c4b4d1522694a237accf260931)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03663769-W 20150312/150311000448-28dbe1c4b4d1522694a237accf260931 (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 |