SOURCES SOUGHT
84 -- Flame resistant (FR) materials for use as a comfort lining.
- Notice Date
- 3/6/2009
- Notice Type
- Sources Sought
- NAICS
- 315299
— All Other Cut and Sew Apparel Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, 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
- W911QY09RFRML
- Response Due
- 4/10/2009
- Archive Date
- 6/9/2009
- Point of Contact
- Thomas Bouchard, (508) 233-4026<br />
- Small Business Set-Aside
- N/A
- Description
- On behalf of the Joint Project Management Office for Individual Protection (JPM-IP), the Navy Clothing and Textile Research Facility (NCTRF) in Natick, MA, is conducting a market survey seeking information from Industry on flame resistant (FR) materials for use as a comfort lining. The material should be capable of meeting or exceeding the following performance characteristics both before and after four (4) launderings per FM-412 (Method 2): 1) Weight (ASTM D-3776, Method C): 4.2 5.6 oz/yd2; 2) Colorfastness to Laundering (AATCC-61, Option 2A): Equal to or better than 3 rating on AATCC Gray Scale for Evaluating Staining; 3) Colorfastness to Light (Xenon) (AATCC-16, Option E (85 kJ): Equal to or better than AATCC Gray Scale for Evaluating Change in Color rating of 4; 4)Color: Foliage Green 504. Initial submissions do not need to be provided in this color, but the production materials should be dyeable to approximate the Foliage Green 504 standard; 5) Dimensional Stability (AATCC-135): Less than 5 percent in any direction after four launderings; 6)Burst Strength (ASTM D-3787): 70 pounds (min); 7) Flame Resistance (ASTM D-6413- Raw Edge Method) (Wale and Course Directions): a) 2 seconds afterflame (max), b) 5 inches char length (max), and c) no melt and no drip; 8) Stretch: 40% length and 25% width (min); 9) Skin Toxicity: The finished cloth shall not present a dermal health hazard when used as intended. The toxicity requirement shall be assessed by the Center for Health Promotion and Preventive Medicine based on manufacturer supplied information. Materials that do not meet all of the above performance characteristics may still be submitted for consideration. Materials will be evaluated for their potential to be utilized for lining a conforming neck dam that is worn with chemical biological protective ensembles. Vendors should provide a five (5) linear yard sample of the proposed material for evaluation and potential testing. The vendor must provide a detailed description of the material: cost, any available test results (including test method utilized) which address the requirements identified above, MSDS for all component compounds, as well as a point of contact, phone number, and email address. Material specifications provided should include: product description, performance characteristics, production lead time, fiber production location, yarn production location, weaving/knitting location, finishing location, and illustrations/photographs with corresponding descriptive information that best describes the material. Vendors should also submit any available documentation, literature, and brochures pertaining to the material, including citations of current users and benefits of the material over other FR materials. Please submit responses by 10 April 2009 to the point of contact identified below. This RFI is solely for information and does not constitute a solicitation or the issuance thereof. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Any information or materials submitted will not be returned, and no payment will be made by the government for such information or materials. Responses to this notice are to be sent to Ms. Amy Brayshaw, Navy Clothing and Textile Research Facility, 15 Kansas St, Natick, MA 01760-5019. This notice is for market survey only. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS. No solicitation document exists. POC for this request is Amy Brayshaw (508) 233-4189 x214 or email abrayshaw@nctrf.natick.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=811521c2f60b6ea31220ef8df106ae1b&tab=core&_cview=1)
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
- Zip Code: 01760-5011<br />
- Zip Code: 01760-5011<br />
- Record
- SN01763652-W 20090308/090306221044-811521c2f60b6ea31220ef8df106ae1b (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 |