Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2019 SAM #6600
SOURCES SOUGHT

99 -- ISSC Armor Vest Carrier

Notice Date
12/23/2019 11:14:18 AM
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N0042120NORFPPMA202XXX1
 
Response Due
1/15/2020 2:00:00 PM
 
Archive Date
01/30/2020
 
Point of Contact
Tyesha Parker, Phone: 301-866-4435, Jamie D Billig, Phone: 301-866-4432
 
E-Mail Address
tyesha.parker@navy.mil, jamie.billig@jsf.mil
(tyesha.parker@navy.mil, jamie.billig@jsf.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for an armor vest carrier with flotation suitable for Naval aviation that is capable of meeting the requirements described herein. 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. The U.S. Naval Air Systems Command (NAVAIRSYSCOM), Program Manager Aviation for Aircrew Systems (PMA202), Patuxent River MD is seeking information on available vest carriers suitable and effective for use by ship-based Naval aviators (pilots and aircrew) of Rotary Wing and Tilt Rotor platforms to include, AH-1 Viper, UH-1 Venom, MV-22 Osprey, CH-53 Super and King Stallions and MH-60 Seahawks. ��PMA202 recognizes that separate vest models may be required to provide needed capabilities. �Priorities for these capabilities may differ between pilots and crew of the same aircraft, and between aircraft platforms. �Some of these capabilities are not needed by all operators. �The overall design priority for all operators is that the vest cut and compactness enable the wearer to be highly mobile for in-cockpit visual scanning and physical movement as well as post-crash survival and evasion scenarios, including the ability to rapidly jettison a negatively buoyant hard plate in water.� Capability for the final vest system to integrate the soft armor inserts of the US Army Modular Scalable Vest and/or the USMC PC GEN III soft armor inserts is important. NEEDED CAPABILITIES. �Operators should be capable of doing the following: *Execute survival, escape, and evasion maneuvers. *Execute pre-flight and in-flight tasks without impedance or interference *Survive exposure in cold turbulent seas after ditching. *Survive rapid egress through a fireball. Survive a close-range small arms (9mm, 7.62 mm AP) attack on ground. Restrain themselves from falling out of open cabins (mobile crew). Endure 6-12 hour flights without back pain and/or heat stress Survive close detonation of anti-aircraft munition fragmentation in air. Traverse safely below and on ship�s flight deck. Carry mission and survival gear as required Being well-fitted in all clothing configurations Use vest for 6 years/1 tour without need for replacement Enclosure 1 decomposes these capabilities into specific expectations for the vest design. Note that Enclosure 1 uses the words �should� and �desired/desirable� rather �shall� to encourage innovation; Interpret �should� as more imperative than �desired/desirable.��� SUBMITTALS Vendors who believe they have product(s) capable of meeting the requirements for a vest system described herein are requested to submit a complete product sample and technical data by 1200 pm 23 January 2020.� Note that a limited number of used-condition LPU-21-type bladder subassemblies are available as GFE on a first-come/first-serve basis to be shipped to the vendor at the vendor�s expense. Interested vendors should contact Wendy Todd at�wendy.todd@navy.mil. Please advise if your product is proprietary and or classified. �Any classified information will be protected as denoted with submission. a) Vendor Product Samples - Respondents are requested to submit one (1) complete system.� A complete system shall comprise a gear carriage component (i.e., carrier) with any pockets, pouches, or accessories necessary to carry the survival and mission gear in Enclosure 1; a flotation component; a compartment capable of securely carrying a respective-size hard plate (in shooter�s cut or ESAPI design/cut); and a compartment capable of securely carrying respective-size soft armor in the Modular Scalable Vest design/cut or the PC Gen III design/cut. (Note: The vendor is not required to provide hard plates � only the component that carries the hard plate.) Product samples shall be separately identified by Company name and address, point of contact with phone number, DUNS number, Cage Code, NAICS, and a statement regarding any small business designation (if applicable). �� Vendors should ship product samples by traceable means to: �� Naval Air Warfare Center, Aircraft Division �� 48110 Shaw Rd, Ste 1240 �� Attn: Wendy Todd, Code 4672 (Ph 301-342-9224) �� Patuxent River, MD 20670 The product sample may be damaged or destroyed during evaluation. �No payment will be made by the Government for product samples. b) Technical Data - The vendor shall provide the following data with the product sample: (1)� For each textile wide or narrow fabric, OEM technical data sheets containing at least the following information: weight, thickness, weave or knit construction, fiber composition, vertical flame resistance, break strength, any standards/Certificates of Compliance or Conformance that the product complies with, and Berry compliance certification. (2) For each piece of load-carrying or load-bearing hardware (e.g., harnesses), the vendor shall provide the OEM technical data certification sheet containing at least tensile strength and material composition, any standards/Certificates of Compliance or Conformance that the product complies with, and Berry compliance certification as applicable. (3) For textile notions/findings and other accessories, the vendor shall provide at least the material composition, any flammability standards that the item complies with, any standards that the product complies with, and Berry compliance certification. 4) Pricing. The vendor shall provide a leadtime and estimated unit cost to deliver 200 vest systems per month. 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 a potential future requirement. Respondents will not be notified of the results of this survey or results of testing and evaluation on any samples submitted. Additional Information All information received in response to this RFI that is marked proprietary will be handled accordingly. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/bbc9245cdff8443bae92e103347afd31/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05523815-F 20191225/191223230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.