Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
MODIFICATION

84 -- Rapid/ Short Run Injection Molder or Additive Manufactured Ethylene-Vinyl Acetate (EVA), Poly-Ethylene-Vinyl Acetate (PEVA) or other Plastics Components for Protective Garments and Accessories

Notice Date
9/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-RapidShortRunInjectionMolded
 
Point of Contact
Mary Prebensen, , Robert Drown,
 
E-Mail Address
mary.k.prebensen.civ@mail.mil, robert.e.drown.civ@mail.mil
(mary.k.prebensen.civ@mail.mil, robert.e.drown.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government requests that responses be submitted electronically to mary.k.prebensen.civ@mail.mil and robert.e.drown.civ@mail.mil by September 14, 2018 by 5pm EST. The U. S. Army Natick Soldier Research, Development and Engineering Command (NSRDEC), Natick, MA is conducting a market investigation on behalf of the Product Manager-Soldier Clothing and Individual Equipment (PM-SCIE), to identify suppliers and manufacturers with rapid prototyping and production capabilities to manufacture protective components for garments and other personal protective equipment. The U.S. Army is interested in identifying firms with products, technologies, and capabilities to provide a protective cap for a developmental extremity/joint protection system. Product must conform to the following test methods. ASTM D1238, ASTM D1505, ASTM D746, ASTM D1525, ASTM D2117, ASTM D2240. The end item must also possess impact and abrasion resistant properties. The government has developed a propriety convex design, approximately 7" X 4.5" that will be shared with respondents who have completed NDA documentation. Interested sources must respond with information on their current commercial product(s) and how they address the Military requirement. Interested sources shall include information regarding a firm's experience, personnel, and facilities. Information should include product cost, detailed technical information (i.e., technical literature, independent or pending P248 data, capacity data, freeze/thaw data, etc., as well as illustrations, photographs, patents), relevant company background/experience, and a sample (optional). Any information/samples submitted will not be returned. If a firm chooses to submit samples, no payment will be made by the Government for such samples. The contents of the White Paper should include: 1. Company address, telephone number, primary contact(s) with e-mail address(es) and CAGE code. 2. Please provide business size (indicate your socioeconomic status), applicable NAICS code, DUNS number and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at (http://www.ccr.gov). 3. Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, This can also include current or past performance of providing this or similar products to the Government. Government Furnished Property (Equipment/Materials/Information/Computer Utilization): N/A Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to the NSRDEC via e-mail ONLY to mary.k.prebensen.civ@mail.mil and robert.e.drown.civ@mail.mil no later than September 14, 2018 by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. QUESTIONS: Any questions for clarification may be emailed to mary.k.prebensen.civ@mail.mil and robert.e.drown.civ@mail.mil no later than September 11, 2018 by 5:00 p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84a09a9d80f6c957cad2519e436ffb0e)
 
Place of Performance
Address: Contracting Office Address:, BLDG 1, 1 General Greene Ave., Natick, Massachusetts 01760-5011, United States, Primary Point of Contact:, Robert Drown, robert.e.drown.civ@mail.mil, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN05075511-W 20180908/180906231600-84a09a9d80f6c957cad2519e436ffb0e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.