SPECIAL NOTICE
A -- Overdying Process for Fabrics and Other Items
- Notice Date
- 6/20/2014
- Notice Type
- Special Notice
- NAICS
- 313310
— Textile and Fabric Finishing Mills
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- RFIW91CRBPMSPIEOVERDYE
- Archive Date
- 6/20/2015
- Point of Contact
- Karen Gibson, 4102785405
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(karen.gibson2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice ONLY. This is not a Solicitation; therefore responses to this request are not offers. Project Manager Soldier Protection and Individual Equipment (PM-SPIE), Program Executive Office (PEO) Soldier, Fort Belvoir, VA 22060 is seeking information from potential industry partners who can provide a technology/process solution to modify the camouflage pattern utilized in the manufacture of current individual Soldier equipment. This development effort is aimed at over-dyeing fabric and/or end items comprised of nylon (500/1000 denier), cotton, FR rayon, and para-aramid of various fabric constructions. Specific items include but are not limited to Modular Lightweight Load carrying Equipment (MOLLE) and Improved Outer Tactical Vests (IOTV). Items requiring an over-dye process may have been treated with water repellants such as DWR, polyurethane, as well as flame resistant treatments, and may be comprised of fabrics of various fiber types and fabric constructions. The objective of this process is to over-dye the Universal Camouflage Pattern (UCP) to create a darker color that more closely matches the shade/color of coyote brown. Of particular interest are portable technologies that can be utilized outside of the manufacturing environment. Submission Information: Interested vendors shall respond to the RFI by submitting the following information: Business name and address, CAGE code, and point of contact with an e-mail address. Additionally, please indicate your business size, large or small, for North American Industrial Classification System (NAICS) Code 313310; including any socioeconomic certification status as a small business, or other than small. Information on vendor capabilities and place of performance is also requested. Proprietary information should be clearly marked and will not be disclosed outside the U.S. Government. A detailed description in the form of a technical white paper to include the technical approach, technical risks/challenges (at a minimum: repeatability, durability, shade/color matching accuracy, and fabric strength loss), and feasibility of approach. Rough order of magnitude (ROM) unit price Please indicate your firm's intent on this requirement by checking one of the following: Providing a proposal as a Prime______ or as a Sub-contractor_________ If proposing as a Prime, will any portion of the process be Sub-contracted to another firm: Yes_________ or No _________? Please indicate the interest in teaming arrangements and whether there is intent to propose under a teaming arrangement; indentifying the teaming partner, their role, and business size status, large or small, under NAICS 313310. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 (Limitations on Subcontracting) which states, By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, in the case of a contract for Services (except construction), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Responses shall be prepared in Microsoft WORD, at a maximum of ten (10) pages with no additional attachments. Please submit information to Karen Gibson at Karen.gibson2.civ@mail.mil by 10:00 a.m., Eastern Standard Time (EST), on 17 July 2014. The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) and subsequent contract award, and will not provide reimbursement for any costs incurred by vendors who respond to this RFI. If the Government decides to pursue a formal RFP it will be announced via Army Single Face to Industry (ASFI). Please direct all questions relating to this RFI to Karen.gibson2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e4014cd9eacd123c6543f6893e92bac)
- Record
- SN03402162-W 20140622/140620235708-1e4014cd9eacd123c6543f6893e92bac (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 |