SOURCES SOUGHT
83 -- CB Coated Fabric Heat Welding Capabilities
- Notice Date
- 4/27/2016
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4455 LIETZAN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
- ZIP Code
- 21010-5424
- Solicitation Number
- CB_Fabric_Welding_Capability
- Archive Date
- 5/28/2016
- Point of Contact
- Brian E Mazen, Phone: 4104363955
- E-Mail Address
-
brian.e.mazen.civ@mail.mil
(brian.e.mazen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request For Information - CB Coated Fabric Heat Welding Capabilities Request for Information: "This is a Request for Information (RFI). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this RFI is to obtain knowledge and information for program planning purposes." Background - The United States (U.S.) Military has determined a need for the Joint Expeditionary Collective Protection (JECP) Family of Systems (FoS), which are intended to protect Joint Expeditionary Forces (JEF) and their assets through a versatile and transportable Collective Protection (ColPro) capability. JECP systems provide ColPro as kits added to common structures or tent systems, or in the form of standalone shelters, which allow JEF personnel to continue near-normal operations for key functions such as command and control (C2) and Rest and relief (R2). The JECP FoS consists of active (requires power) and passive (does not require power) systems. Mission essential components include ChemBio (CB) liners as barrier protection, fan-filter assembles for air purification and over pressurization, and single and multi-person airlocks for entry/exit. The inner protected area of a system is called the Toxic Free Area (TFA). Purpose - The JECP program is moving toward a Full Rate Production (FRP) contract for Phase 1 systems and a development contract for Phase 2 systems. In preparation for developing the request for proposals (RFPs) and deciding on the appropriate contract(s) type, the government is querying industry on their in-house (organic) manufacturing capabilities of CB liners. Based on feedback from industry the government will decide on type and how many contracts to pursue for the JECP family of systems. The JECP CB liners are manufactured using LM200-2N material made by Triton and BondBarrier material made by BondCote. (see 5-19-14705). The LM200-2N is a Polyethylene coated liner and the BondBarrier is a PVC coated material. CB zippers are attached to the CB liner materials via the zippers Polyurethane-(PU) coated polyester tape (flange). The CB zippers PU tape is first stitched to the liner material and then Seam Seal Taped over the zipper interface and stitching (see 5-19-14723 / 14725 and sketches attachments to this notice) to avoid water wicking into the TFA. It can be a challenge to weld the CB zippers to the CB liners because of the 3 different coated materials. Also, multiple tape types are needed and in some cases, i.e. a layered taping approach is required to securely attach a leak-free zipper assembly. Relevant JECP Drawings to aid in this RFI response are provided as attachments to this notice and are summarized in the list below. Part/Drawing Number Nomenclature 5-19-14705 Fabric, Chemical and Biological 5-19-14609 Assembly, Liner, Tent Kit 2 5-19-14615 Membrane Plug 5-19-14723 Assembly, Closure Connection, Toxic Free Area 5-19-14725 Assembly, Closure Connection, Entry, Active 5-19-14731 Assembly, Side Entry, Tent Kit 2 Liner 5-19-1520818-001 Tape, Seam, Seal, Bondcote 5-19-15198 Tape, Seam, Seal, LM200 5-19-14897 Assembly, Endwall, Liner, Tent Kit 2 5-19-14896 Liner, Body, Tent Kit 2 5-19-14677 Assembly, Liner, Single Personnel Entrance Capability statement /information sought: Respondents may at their option submit a capability statement and/or other relevant information to the Government of the company's manufacturing capabilities to: a. Heat weld like CB liner materials together (LM200-2N to LM200-2N and BondBarrier to BondBarrier) b. Attach CB zippers to LM200-2N & BondBarrier liner material via stitching and seam tape sealing over the stitching and zipper tape (flange). The Government is only interested in existing, in-house (organic) capabilities (i.e. not sub-contracted out) with a Manufacturing Readiness level of 8 or higher for similar type efforts/projects. Please submit your company's capability to ECBC contracting Division, Brian Mazen, brian.e.mazen.civ@mail.mil. Include past experience (5 years) and any relevant contracts both military and commercial efforts as you see fit. Submit Information electronically by May 13, 2016. Disclaimer and Important Notes: 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 and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9bb671253a86a876f23e858c578939a1)
- Record
- SN04096968-W 20160429/160427234403-9bb671253a86a876f23e858c578939a1 (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 |