SOURCES SOUGHT
83 -- COST-EFFECTIVE FLAME RESISTANT MATERIALS
- Notice Date
- 11/25/2009
- Notice Type
- Sources Sought
- Contracting Office
- N62367 NAVY CLOTHING AND TEXTILE RESEARCH FACILITY Kansas Street Natick, MA
- ZIP Code
- 00000
- Solicitation Number
- N623671000002
- Response Due
- 1/8/2010
- Archive Date
- 1/23/2010
- Point of Contact
- Amy Brayshaw, abrayshaw@nctrf.natick.army.mil,508-233-4189, x214
- Small Business Set-Aside
- N/A
- Description
- Background: The Navy Clothing and Textile Research Facility (NCTRF) is conducting a market survey to determine the availability of cost-effective flame resistant (FR) materials for use in military clothing and equipment. Objectives of this research are to:.Provide flame resistant protection to a broader community.Provide cost effective alternative FR materials for mass use.Offer multiple fabric alternatives to support the supply chain After review and initial physical test evaluation of industry submissions, the most promising fabrics may be down selected and subjected to additional physical property testing. Successful candidate fabrics could be used in future uniform procurements. Description: NCTRF seeks to identify cost-effective flame resistant materials that are either 1) significantly less expensive than traditional FR materials or 2) affordable for use in uniforms that are not currently FR protective. Already commercialized materials, as well as experimental materials utilizing advanced topical finishes and/or inherently protective fiber compilations and/or fabric substrates including woven, knitted, and nonwoven materials, will be considered for evaluation. Flame Resistant Requirements: Materials submitted shall meet, at a minimum, FR requirements when tested in accordance with ASTM D6413 - Standard Test Method for Flame Resistance of Textiles (Vertical Test). All submissions must have a maximum after flame of two seconds and a maximum char length of four and one half inches, and shall not melt or drip when tested in accordance with ASTM D6413 before and after 50 launderings (permanent press cycle, 1405F, tumble dry permanent press (according to AATCC 135, Table I (3) V A (iii)). Submissions will not be considered if they do not meet the vertical flame requirements. Cost Requirements: Materials shall also meet a maximum threshold cost per linear yard. The target threshold (required) price per linear yard for woven materials is $15.00 ($10.00 objective (desired)) (based on 60 inch width). The target threshold price per linear yard for knitted or nonwoven materials is $10.00 ($5.00 objective) (based on 60 inch open width). Submissions will not be considered if they do not meet the maximum threshold cost per linear yard requirement. Candidates:To respond to this Sources Sought Notice, interested candidates are REQUIRED to submit the following for their submission to enable the Government to efficiently evaluate the viability and benefit of the proposed material(s): 1.A material description, identification of fiber blend (including fiber percentages), complete disclosure of chemical treatment if using topical finish, applicable Material Safety Data Sheets (MSDS) and documentation for Berry compliance. 2.Vertical flame test results (IAW ASTM D6413) must be provided for each submission. Test results must include before and after 50 launderings. Any additional physical property test data may be submitted but is not required. 3.An estimated unit cost per linear yard (specify width of material), which may be broken down by quantity reflecting economies of scale. 4.A minimum of 5 yards in any color or print available and written assurance that the material can either be produced in a solid color (e.g. Navy blue 3388) or in the Navy Digital Print1/. 5.Information which certifies that the finished product is composed of materials which have been safely used commercially or provide sufficient toxicity data to show compatibility with prolonged, direct skin contact. The finished cloth shall not present a dermal health hazard when used as intended. Submissions are limited to five (5) materials per candidate2/. Initial fabric samples and required documentation submitted by interested candidates are due by COB 8 January 2010 at NCTRF. Information will be handled as proprietary and samples will not be returned. Notes:1/The Navy Digital Pattern, consisting of pixilated blocks of black, deck grey, light grey and Navy blue, and the Anchor-Constitution-Eagle logo, are trademarks of the U.S. Navy and may not be used, sold, or transferred without a License to do so. Persons or entities responding to this RFI are granted a limited License to use the Navy Digital Pattern in responding to this RFI only and for no other purpose. 2/Materials already submitted to the United States Marine Corps RFI for Flame Resistant Organizational Gear (FROG) posted on the Army Single Face to Industry (ASFI) Acquisition Business Web-Site (Ref # 56820) on 22 May 09 will not be considered; only new or different materials, not previously submitted to RFI Ref #56820 will be considered for this RFI. Contact: Please submit responses to this notice 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 Ms. Amy Brayshaw (508) 233-4189 x214 or email abrayshaw@nctrf.natick.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/NATICK/N623671000002/listing.html)
- Place of Performance
- Address: Navy Clothing and Textile Research Facility15 Kansas Street, Natick, MA
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN02011391-W 20091127/091125234653-f900a325e3432e0064b432e19b096bcc (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 |