SOURCES SOUGHT
84 -- Request for Information For Jungle Uniform Development and Evaluation Materials
- Notice Date
- 7/18/2014
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- ACC-APG - Natick (PADDS), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- SOF005
- Response Due
- 8/28/2014
- Archive Date
- 9/27/2014
- Point of Contact
- Michael Rowan, 508-233-4965
- E-Mail Address
-
ACC-APG - Natick (PADDS)
(michael.rowan@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RESPOND TO POC below. Request for Information For Jungle Uniform Development and Evaluation Materials Background: Program Manager (PM) Special Operations Forces (SOF) Survival Support and Equipment Systems (SSES) are conducting market research to identify candidate materials for use in hot wet climates (tropical to jungle). The jungle uniform, in a design to be determined, will consist of a jacket, trousers and cap. The evaluation is to identify performance parameters of both materials and design to meet user identified needs to include moisture management, comfort, insect protection, signature management and compatibility with individual equipment. Testing will be conducted by equal number of evaluators for each design including field evaluations in various tropical jungle environments while conducting military tasks. At the completion of field evaluations users may determine the acceptability of each uniform. Upon completion of testing one or more designs and material may be selected for production to meet the current requirement and a production run then executed. An optional block two evaluation, if needed to refine desired characteristics and performance, will be conducted by users again in tropical/jungles environments conducting military tasks. Performance Attributes in priority order: Comfort: Quick drying Breathable Not sticking when wet (to skin) Friction Thermal (ability to dissipate heat) Personal Signature Management: Visual: NIR or ability to be met. Available print patterns and or ability to be printed. Durability: Tear strength (wet and dry) Seam strength (wet and dry) Puncture and tear propagation Laundering Colorfastness to laundering, light, and perspiration. Insect Resistance: Physical barrier Treatment (DEET/Permethrin, other) UV protection Responses: Material Samples: Respondents that believe they can provide materials that meet the Government's performance requirements are invited to submit material samples with their written responses. These samples will be degraded or destroyed during evaluation and will not be returned to the respondent. In addition, the respondent must provide the following information on the submitted samples. 1.A material description, fiber blend percentages, and Berry compliance documentation. The supplier must identify the performance of the submitted material. 2.If a supplier submits multiple materials, it is requested that they identify the advantage/disadvantages of their competing products. 3.Provide an estimated unit cost (linear yards for fabric and unit item cost for end item) 4.Submit minimum of one (1), but preferably five (5) linear yards in any color. 5.The finished cloth or end item shall not present a dermal health hazard when used as intended and tested. The respondent must furnish information, which certifies that the finished product is composed of materials, which have been safely used commercially or provided sufficient toxicity data to show compatibility with prolonged, direct skin contact Point of contact for this RFI is: Scott Gaumont, Phone: 508-233-6432 Email: Scott.F.Gaumont.Civ@mail.mil Shipping Address: Natick Soldier Systems Center ATTN: RDNS-WPS Bld 4, Rm D-017 15 Kansas St Natick, MA 01760 THIS RFI IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES BY THE GOVERNMENT WILL ARISE AS A RESULT OF SUBMISSION OF RESPONSES TO THIS RFI AND GOVERNMENT USE OF SUCH INFORMATION. NO SOLICITATION DOCUMENT EXISTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/55ba3c7393793174427a55059b586ce9)
- Place of Performance
- Address: ACC-APG - Natick (PADDS) ATTN: CCRD-NA, Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN03431013-W 20140720/140718235456-55ba3c7393793174427a55059b586ce9 (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 |