Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOURCES SOUGHT

84 -- Extreme Cold Weather Boot - Attachment 0001

Notice Date
4/26/2018
 
Notice Type
Sources Sought
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-ECWB
 
Archive Date
6/9/2018
 
Point of Contact
Jay McNamara, , Jason G. Papadopoulos,
 
E-Mail Address
Jay.McNamara.civ@mail.mil, jason.g.papadopoulos.civ@mail.mil
(Jay.McNamara.civ@mail.mil, jason.g.papadopoulos.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Thermal Resistance Test Method Extreme Cold Weather Boot RFI Synopsis: The U.S. Army Product Manager Soldier Clothing and Individual Equipment (PM-SCIE) is conducting a market research investigation for waterproof, extreme cold weather combat footwear. The goal of this effort is to identify firms with capabilities to provide Extreme Cold Weather Boots (ECWB) for use by Soldiers operating in extreme cold/arctic conditions (i.e. temperatures from -65°F to -20°F). Interest is in readily available product(s) or developmental items capable of being in limited production within four (4) months of the close of this RFI (must be based on a concise and attainable development/commercialization plan). Desired technical requirements for the ECWB are as follows: 1) When in its completed configuration (including any removable insulation, if applicable) the system shall have minimum thermal insulation values similar or superior to that of the US Army's current Extreme Cold Weather Boot, also known as the Vapor Barrier or "VB" boot, for the Toe, Heel, and Sole areas, when tested in accordance with the attached Thermal Resistance Test Method (see Attachment 001). a. Insulation, as measured by thermal resistance (Clo) shall meet or exceed the values that follow for each of the three critical footwear areas: Toe = 1.68 Clo; Heel = 1.97 Clo; and Sole = 2.85 Clo. b. Items that are within ±10% of the insulation provided above shall be considered similar; items that provide less than 90% of the insulation provided above shall be considered inferior and items that provide more than 110% of the insulation provided above shall be considered superior. 2) The outsole shall provide a slip index of greater than 0.20 when tested in accordance with SATRA TM 144 (cold/ice, rough ice method). a. Test in accordance with frosted ice method, flat mode. Sole to be pre-conditioned with 40 grit sand paper for six (6) cycles. Test conducted on end item. 3) Includes a durable waterproof membrane/layer, as tested using SATRA TM77, Flexing Machine-Water Penetration Test. 4) Does not interfere with normal walking/running or reduce Soldier performance and capability to move through varied terrain. Interested sources shall, within thirty (30) calendar days of the publication of this RFI, respond with information on their current product(s) and how they address the requirements listed above. The information package shall contain the following items: 1) Detailed information regarding the firm's production capabilities for the submitted item, to include whether the item can be domestically produced in compliance with Section 2533a of Title 10 U.S. Code (i.e. the "Berry Amendment"). 2) Retail and/or wholesale pricing for currently available products. 3) A list of currently available sizes (lengths and widths). 4) Test reports verifying the above listed technical requirements are met, if available. a. If test reports verifying all listed technical requirements are not available, detailed information regarding the materials/insulation package utilized is requested. 5) A product sample (size 10, D width) Production Demonstration Model (PDM) may be submitted, if available. If a firm chooses to submit samples, no payment will be made by the government for such samples. This notice is for market research only. Responses to this notice are to be sent to Mr. Jay McNamara, U.S. Army NSRDEC, Bldg 4, D-323, 15 General Greene Avenue, Natick, MA 01760-5019. This is not a request for quotations. No solicitation document exists. The information received under this announcement may be used to purchase items for Government testing and/or developing acquisition strategy. You may email your questions for Product Manager Soldier Clothing and Individual Equipment to Jay.McNamara.civ@mail.mil. Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, 15 General Greene Avenue, Natick, MA 01760-5011 Point of Contact(s): Jay.McNamara.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b84ad4a3565ebc2ebd7130a94afd286e)
 
Record
SN04902722-W 20180428/180426231133-b84ad4a3565ebc2ebd7130a94afd286e (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.