SOURCES SOUGHT
84 -- RFI - Cold Weather Boot Gaiter
- Notice Date
- 6/24/2020 7:49:10 AM
- Notice Type
- Sources Sought
- NAICS
- 315280
— Other Cut and Sew Apparel Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-RFIColdWeatherBootGaiter
- Response Due
- 7/8/2020 2:00:00 PM
- Archive Date
- 07/23/2020
- Point of Contact
- Patrick Balogh, Mary Prebensen
- E-Mail Address
-
Patrick.s.balogh.civ@mail.mil, mary.k.prebensen.civ@mail.mil
(Patrick.s.balogh.civ@mail.mil, mary.k.prebensen.civ@mail.mil)
- Description
- SYNOPSIS: This Sources Sought Announcement is to assist the Combat Capabilities Development Command Soldier Center (CCDC SC) on behalf of Product Manager Soldier Clothing and Individual Equipment (PM SCIE) to identify potential sources to provide�a cold weather boot gaiter. The request for information (RFI) is issued solely for information gathering and planning purposes. The RFI does not constitute a formal solicitation for proposals and will not directly lead to any contract awards. The following sections of this announcement contain details of the scope of technical efforts of interest as well as instructions for the submission of responses. The Government requests that responses be submitted electronically to mary.k.prebensen.civ@mail.mil and Patrick.s.balogh.civ@mail.mil by 8 July 2020 by 5pm EDT. Background: In winter 2019/20, PM SCIE and CCDC SC evaluated commercial off-the-shelf (COTS) boot gaiters integrated with the Army�s Extended Cold Weather Clothing System (ECWCS). Using feedback from soldiers operating in cold weather environments, salient characteristics that affect soldier performance were identified. This RFI is intended to identify suppliers and products that meet the requirements developed from these evaluations. Description: The main purpose of the boot gaiter is to prevent snow, water, dirt, and debris from penetrating between protective clothing layers. It will be worn in cold weather environments, but thermal insulation is not a priority in material selection. The boot gaiter will be worn over the pants and cover the shin, calf, and top of the boot. The bottom shall flare open to fit uniformly over an Army-issued cold weather boot. The top opening shall be adjustable to accommodate layered clothing and stay secure during moderate physical activity. A front entry closure shall run the length of the gaiter, top to bottom, for ease of donning and doffing. The front closure should prevent snow from penetrating between layers. An adjustable stirrup shall fit under the boot and secure the gaiter to the boot. The gaiter shall have a lace hook to secure the bottom of the gaiter to the laces of the boot. Any hardware should be easy to operate with gloves on. The gaiter should be compatible with snowshoes, skis, and crampons. � Material Requirements: All fabrics shall be water repellant. The upper portion of the gaiter (approximately two-thirds of total length) shall utilize a waterproof, breathable membrane. The lower portion (approximately one-third of total length) shall utilize a fabric that exhibits high abrasion, puncture, and tear resistance. All submissions are encouraged to include certified testing results that demonstrate physical properties, including hydrostatic resistance, water repellency, abrasion resistance, tear strength, and puncture resistance. � � � Garment Requirements: The boot gaiter shall: Prevent snow, water, dirt, and debris from entering the boot or penetrating between clothing layers. Protect the lower pant leg and boot from abrasion, puncture, snagging, and tearing. Utilize materials and construction techniques that minimize compressed bulk. Have a service life of at least 120-days under combat/field use. Be produced in coyote 498 shade. If a submitter is unable to send a shaded sample by the due date, samples may be subdued in shade using earth tones (e.g. brown, green, tan). Be easily donned and doffed. Be Berry Amendment compliant, meaning the end item and all components of the end item are required to be manufactured domestically. Deliverables: Interested parties are requested to provide: Company address, telephone number, primary contact(s) with email address(es) Business size, applicable NAICS code, CAGE code, and if you hold a GSA Federal Supply Schedule contract, your contract number. Brief statement of capability demonstrating background, relevant past experience, technical skills, and available production capacity 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. All assumptions, including any assumed/required Government support. A fact sheet/white paper detailing system specifications (materials, construction, finishes, design features) and relevant testing data/analysis that would indicate performance properties against the requirements listed above. Documentation of Berry Amendment compliance. One pair (sized to fit over a men�s size 10 cold weather hiking boot) of each submitted boot gaiter to be sent to CCDC Soldier Center. Samples are requested to be delivered and received by 6 July 2020. Additional Information: Responses must be electronic only (recommended in PDF file format). All properly marked proprietary information will be appropriately handled. Submitted materials will not be returned. The sample pair(s) will be sent to the following address: ATTN: Patrick Balogh CCDC Soldier Center 15 General Greene Ave BLDG 4 RM 207 Natick, MA 01760-5020 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 or samples 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 CCDC Soldier Center via e-mail ONLY to mary.k.prebensen.civ@mail.mil and Patrick.s.balogh.civ@mail.mil no later than 8 July 2020 by 5:00 p.m. EDT. 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. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to mary.k.prebensen.civ@mail.mil and �Patrick.s.balogh.civ@mail.mil �no later than 6 July 2020 by 5:00 p.m. EDT. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a1a558143f2c498782461eb141c92c15/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN05702010-F 20200626/200624230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |