SOURCES SOUGHT
42 -- FireSafe Flight Suit RFI
- Notice Date
- 3/26/2009
- Notice Type
- Sources Sought
- NAICS
- 315299
— All Other Cut and Sew Apparel Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas, 78235-5119, United States
- ZIP Code
- 78235-5119
- Solicitation Number
- FA8902-FireSafe-FlightSuit
- Point of Contact
- Arthur Beasley,, Phone: (937) 255-2198, Capt Jiajia Lee,, Phone: (210) 536-8614
- E-Mail Address
-
arthur.beasley@wpafb.af.mil, jiajia.lee@brooks.af.mil
- Small Business Set-Aside
- N/A
- Description
- THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Any formal solicitations will be announced separately. It is not to be construed as a commitment by the Government. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any requests for a solicitation package will be disregarded. Respondents are solely responsible for all expenses associated with responding to this RFI and responses to this RFI will not be returned. 1. PURPOSE/GENERAL INFORMATION: The 77th Aeronautical Systems Group at Brooks City-Base, TX is seeking information from sources that are capable of providing a fire resistant, light weight, durable and breathable fabric for potential use in making flight suits. The small business size standard associated with NAICS code 315299 (SIC: 2389) is 500 employees. All business sizes, to include small business and the sub-categories of small businesses, are being looked at during our market research phase. 2. BACKGROUND/DESCRIPTION: The FIRESAFE program is an integrated product team (IPT) within the 77th Aeronautical Systems Group with responsibility for the design development test programs and sustainment of fire resistant equipment. The IPT is looking for a fabric that will give our pilots increased performance in fire protection. We are interested in a flight suit fabric with a weight of less than 6.5 oz/yd2 that can withstand ASTM F-1930-00 (instrumented manikin, four second exposure, 2 cal/cm2/sec) with less than 35.0% burn injury prediction when configured as the CWU-27/P flight suit or a comparable configuration. In addition to increased burn protection, reducing the thermal burden is also important. The burden needs to be equal to or less than the current flight suit. Since thermal burden varies depending on weight, moisture wicking, air permeability, weave, individual user, and other factors, a fabric sample is required for assessing this characteristic. Following thermal burden in importance to this request are durability and cost. 3. INFORMATION REQUESTED: Interested parties must provide the following information on: a. Fabric fire resistance b. Abrasion, pilling and air permeability testing information (if available) c. Fabric weight per square yard d. Fabric cost per square yard All test methods used and test results must be provided. Additionally, 5 samples of material (6 in x 6 in) must be provided. In addition to the technical information requested, we require interested parties answer the following questions: a. What is your business size? If you are a Small business, do you qualify under any of the sub-categories (8(a), small disadvantaged business, woman-owned small business, veteran-owned small business, HUBZone small business, service disabled veteran-owned small business, and HBCU/MI)? b. If you are a small business, would you consider submitting a proposal as a prime contractor? c. In what socio-economic programs do you now participate (e.g. Mentor Protégé, Indian Incentive, etc.)? What is the extent of your participation in these programs? d. Is it your intent to participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? e. If you are a large business, do you foresee any small business subcontracting opportunities in this acquisition? If so, how are small business firms resourced? f. If you are a large business, feedback is required on small business goals; please provide your thoughts on whether the following subcontracting goals, calculated on the basis of total subcontracting dollars, would be realistic: Small Business 28% (Total awarded or obligated dollars) Small Disadvantage Business 5% Woman Owned Small Business 5% HUBZone Small Business 3% Service Disabled Veteran Owned Small Business 3% Veteran Owned Small Business 3% g. For small business consideration, would your firm be able to compete under NAICS 315299? If not, why? Please provide your recommendations concerning the proposed NAICS. 4. RFI Response: Mailed RFI responses and material samples should be directed to: 648 AESS / TAA, Attn: Captain Lee, 7980 Lindbergh Landing, Brooks City-Base, TX 78235-5119. Electronic responses (.doc format) or technical questions can be emailed to arthur.beasley@wpafb.af.mil and jiajia.lee@brooks.af.mil. Annotate on the subject line of the emailed response as "Fire Resistant Flight Suit for the FIRESAFE Program RFI Response". RFI responses are due no later than April 17, 2009. Telephonic responses will not be accepted. Responses should also include the following: name and address of firm, ownership; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. However, the Government reserves the right to select one, some, or none of the submissions for further investigation. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Patents, license agreements, independent technical reports, and laboratory reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding the outcome of this RFI.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=20a92926790ef4fbfb2d863bc30daa63&tab=core&_cview=1)
- Place of Performance
- Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN01779052-W 20090328/090326220944-ef340c02034b7f98e33748ec44e866bc (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 |