Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SPECIAL NOTICE

99 -- Lightweight Chemical-Biological Protective Garment (LCBPG)

Notice Date
3/22/2007
 
Notice Type
Special Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
USA-SNOTE-070322-009
 
Archive Date
6/20/2007
 
Description
The Joint Project Manager for Individual Protection (JPM-IP) is pursuing a short duration Chemical/Biological (CB) garment to reduce psychological, physiological stress and improve Thermal Burden performance. It shall be suitable for at least two da ys (48 hours) [T] of wear and provide at least 12 hours of continuous protection [T] after contamination from liquid, vapor and aerosolized chemical agents, with the potential to extend wear/protection to four days (96 hours) [O] and 24 hours, [O] respecti vely. The requirements for this short duration CB overgarment are based on the JSLIST ORD dated 21 October 1999, as modified through separate clarification, and identified as the Lightweight Chemical-Biological Protective Garment (LCBPG). Requirements for LCBPG, as stated in the JSLIST ORD and modified through separate clarification, include: 1. Liquid challenge agents: HD, TGD, VX at 5 g/m2 [T] (10 g/m2 [O]) 2. Vapor challenge agents: HD, TGD, VX at 5000 Ct (mg?min/m3) 3. Aerosol challenge agents: HD, TGD, VX at 5000 Ct (mg?min/m3) 4. Be suitable for use in temperate to hot climates under all wear conditions at all MOPP levels. 5. Not require decontamination or launderability. Single-use protection. 6. Medium sized garment will be less than or equal to 1.8 kg (1.4[O]) kg 7. Packaged volume will be less than 500 in3 [T] (300 in3 [O]). 8. Meet or exceed camouflage, light reflectance, and infrared criteria, which apply to the utility uniform. 9. Not cause significant noise when worn in a combat environment. 10. The garment will provide improved heat strain management by reducing thermal burden over existing protective garments by 25% [O]. 11. The protective garment must not be affected by liquids and vapors, (e.g. POL, hydraulic fluid, gun lube, JP-8, or saturation from sea or fresh water) 12. Garment performance will not be degraded by incidental body waste or blood. 13. Garment performance will no be degraded when repaired by field expedient repair. 14. Be capable of operation under climatic conditions Basic and Hot (-32 to 49 (-32 to 64[O]) degrees Celsius) [T]. 15. Be capable of operation after being stored in the temperature range of -39 to 52 (-46 to 71 [O]) degrees Celsius [T]. 16. Be capable of operation in 5% to 100% relative humidity. These are initial requirements and are subject to change prior to any formal acquisition program. This is a Market Survey to identify the capabilities and technologies that are available in the market place for meeting the requirements in furtherance of the defense against, or recovery from, a biological, chemical or radiological attack. The Governmen t does not intend to award a contract on the basis of this announcement or to otherwise pay for the information solicited. This Market Survey shall not be construed as a request for proposal. The Government shall not be liable for, or suffer any conseque ntial damages for any technical information identified (e.g., limited and/or restricted rights). This Special Notice is issued by the U.S. Army Research, Development and Engineering Command (RDECOM) Natick Contracting Division, Natick, MA on behalf of the JPM-IP. Responders are invited and encouraged to submit the following in response to this Specia l Notice: 1. Material technical description (i.e. chemical protective mechanism, composition) 2. Technology maturity and availability (if technology is not currently available, please provide estimated timeframe) 3. Available material performance test data (Chemical, Physical Property, etc.) 4. Safety information (MSDS, toxicological information, etc.) 5. Unique manufacturing requirements 6. Product samples 7. Durability estimate to include wear time, protection time, service life, etc. 8. Unique test methods required to evaluate material performance 9. Estimate of material cost per linear yard 10. Explanation of trade-offs for the following performance characteristics: thermal bur den; liquid agent challenge; uncontaminated wear time; protection time after contamination; POL resistance; garment weight; logistical burden. This list is not all-inclusive and offerors are encouraged to provide additional tradeoff possibilities. Tradeoff explanation example: Performance GainTrade-offsReduction in thermal burden* Decrease in liquid agent challenge level protection * Decrease in number of wear days Increased contaminated protection time* Decrease in number of wear days * Decreased protection after POL exposure * Increased Thermal Burden In addition, the Government is interested in information related to reduced liquid challenge levels (2 - 5 g/m2) that may positively benefit the warfighter and demonstrate the potential for use in follow-on CB protective ensemble projects. Responders are encouraged to explain the benefits associated with such challenge level reductions to include the impacts (both positive and negative) on other garment performance areas. All submissions are due by 5:00 PM EST, MAY 8, 2007. Submit written responses via e-mail in Microsoft Office format to the JSLIST Program Manager Deborah Singleton (deborah.singleton@usmc.mil). Supplemental hardcopy materials such as brochures, etc. (5 co pies each) may be sent to the JSLIST Program Manager at JPMO-IP, Attn: Deborah Singleton, 50 Tech Parkway, Suite 301, Stafford, VA 22556. If product samples are provided, one representative sample should be sent to the JSLIST Program Manager at the address noted. All submissions must clearly identify the manufacturer, point of contact information, solicitation number and number of different submissions included if multiple submissions are provided. In addition, material submissions must be clearly identified in th e event of multiple submissions. Each package with material samples shall contain a packing list identify the quantity and types of materials included. The outside (away from skin) and inside (towards skin) of the material samples must be clearly labeled . Oversight of this Market Survey will consist of a panel of Government representatives. Questions regarding this Market Survey should be directed in writing to the Contracting Officer
 
Web Link
Natick Contracting Division
(https://www3.natick.army.mil)
 
Record
SN01257136-W 20070324/070322221439 (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.