SOURCES SOUGHT
84 -- Chemical and Biological (CB) Protecctive Footwear
- Notice Date
- 11/2/2004
- Notice Type
- Sources Sought
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700405R0004
- Response Due
- 12/7/2004
- Archive Date
- 2/1/2005
- Description
- Chemical and Biological (CB) Protective Footwear THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL NOR DOES THE GOVERNMENT INTEND TO PAY FOR ANY INFORMATION RECEIVED IN RESPONSE TO THIS RFI. On behalf of the Marine Corps Systems Command, the Contracts Department are seeking to obtain CB protective footwear information and product samples, and to examine that information and test those items that involve innovative, emerging technologies. The results will be used for developing future acquisition strategies and approaches in moving towards the desired end state of CB footwear protection. That desired end state is CB protection integrated within the standard combat uniform; such as use of a standard combat boot and/or sock that provides adequate CB protection. The final product, or treatment, may become a component of the Joint Protective Aircrew Ensemble (JPACE), Joint Service Lightweight Integrated Suit Technology (JSLIST) and/or the then-current CB protective ensembles. The Joint Project Management Office for Individual Protection (JPMO-IP) is seeking potential sources for such a product. For reference purposes only, the estimated procurement potential is ! in the range of 4 to 7 million pairs of the final product. This is an open search, and not limited to the current CB footwear solution that requires the use of overboots. Responses to this solicitation may involve material or products that are in any stage of development. Performance areas of particular interest that may be tested on samples submitted include, but are not limited to: CB protection (vapor, liquid and aerosol), traction, heat stress, mobility, packaged weight and volume, melting, and flame resistance, integration with CB ensembles, durability, comfort, etc. Responders should include a description of all their technologies, commercialized or in development, which address CB protective footwear. Responders are invited and encouraged to submit product samples for evaluation at no cost to the Government. If a product of the nature described is already available, we request submittal of a sample size of 30 pairs for preliminary evaluations at the Government?s discretion. The samples should be provided in a representative tariff of sizes that fit a standard population along with care and use instructions. Also, all samples shall be clearly labeled as being submitted in response to this RFI. If the submission of materials only is deemed appropriate at this time, material samples should be provided at a quantity of two (2) square yards. The material sides should be clearly labeled inside and outside or state there is no difference if appropriate. To the extent possible, product samples should be accompanied by the appropriate Material Safety Data Sheets (MSDS), Safety Assessment Report in accordance with DI-SAFT-80102B, and a Health Hazard Analysis Report in accordance with DI-SAFT-80106B. These items will allow the Government to readily obtain a safety release prior to testing, if determined necessary. This RFI action is separate and distinct from the Alternative Footwear Solutions (AFS) and Integrated Footwear System (IFS) program solicitations that are currently under review or in process. Nevertheless, testing may be done concurrently with these programs at the Government?s discretion. Any additional information deemed beneficial to providing the Government a better understanding of your company?s capabilities or uniqueness as related to CB protective footwear should also be provided. DISCLAIMER This RFI is issued solely for market research, information and planning purposes only and does not constitute a solicitation. No solicitation exists at this time. The information received in response to this RFI may be used for developing an acquisition strategy and any resultant solicitation that may occur. All information received in response to this RFI that is marked Proprietary will be handled accordingly. It is noted, however, that the information submitted may be made available to non-competing, other than Government personnel to assist in the review process. Responses to the RFI will not be returned. Submission of material, samples or information in response to this RFI shall not be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information or samples received. CONTACT INFORMATION Following is the Point of Contact (POC) for this RFI: Major Burger, Contracts Department Code 891-3, P.O. Drawer 43019, Marine Corps Logistic Command, Albany, GA 31704-3019. Please submit written responses via e-mail in Microsoft Office format by 2:00 PM on Tuesday 7 December 2004 to the Contracting Officer at Kenneth.burger@usmc.mil and the Project Officer at DonovanJP@mcsc.usmc.mil. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to the Project Officer at MARCORSYSCOM, Attn: CWO3 Jeff Donovan, JPM IP, 2200 Lester Rd., Quantico, Va. 22134 and one copy to the Contracting Officer by express delivery at Contracts Department, 814 Radford Blvd, Marine Corps Logistics Command, Albany, GA 31704-118. If product samples are provided, one (1) representative sample should be sent to the Project Officer at the noted address. All additional samples and materials should be submitted to the following address: Battelle ? HMRC Attn: Cathy Campbell 1425 State Route 142, JS3 West Jefferson, OH 43162 (614) 424-5086 The Contracting Officer and Project Officer shall be notified of any product samples being sent to Battelle and the number to be sent.
- Record
- SN00702801-W 20041104/041102212143 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |