Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2023 SAM #7754
SOURCES SOUGHT

99 -- Textile for Protective Training Suit

Notice Date
2/17/2023 2:09:50 PM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYRFITRAININGSUIT
 
Response Due
3/19/2023 2:00:00 PM
 
Point of Contact
Natalie Pomerantz, Tara Bell
 
E-Mail Address
Natalie.l.pomerantz.civ@army.mil, tara.e.bell.civ@army.mil
(Natalie.l.pomerantz.civ@army.mil, tara.e.bell.civ@army.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the Joint Project Manager for Chemical Biological Radiological Nuclear Protection (JPM CBRN P) to identify potential sources to provide fabric systems that will be suitable for use in the training garments for the Uniform Integrated Protection Ensemble Family of Systems (UIPE FoS) General Purpose (GP) garment. Submitted materials do not have to be protective against chemical/biological (CB) weapons. The material must be capable of meeting the basic requirements described below. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB).� It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract based on responses nor otherwise pay for the preparation of any information presented or the use of any such information.� The Government requests that responses be submitted electronically[TSMCUDJC(1]� to tara.e.bell.civ@army.mil and Natalie.l.pomerantz.civ@army.mil and physical samples should be sent to: Natalie Pomerantz DEVCOM Soldier Center General Greene Ave Natick, MA 01760 by 19 March 2023 by 5pm EST. Background: The Government (JPM CBRN P) is in the need of fabric systems that will suit the needs of training exercises in accordance with the requirements stated below. Vendors may be asked to respond to a request to supply enough yardage for prototyping and testing and/or to a request to supply the UIPE FoS GP acquisition program throughout operation and sustainment. Description: JPM CBRN P is requesting information on commercially available fabric systems that will approximate the properties of the current fabric system. The current system consists of a woven non-stretch cover fabric and inner liner comprised of a ripstop composite with vapor and aerosol protection. The total weight of the fabric system is 13.9 oz/yd2.The total thickness of the fabric system is 0.034 inches. Specific Specifications:� The objective of this RFI is to determine the availability in the commercial marketplace of fabric systems [TSMCUDJC(2]�that may be suitable for use in training exercises for the UIPE FoS GP program. Further considerations are as follows: Fabric systems of interest are commercially available wovens, knits, and non-wovens �[TSMCUDJC(3]�consisting of a separate woven non-stretch cover fabric and inner liner fabric to be attached at the seams, simulating the properties of a CB protective fabric systems [TSMCUDJC(4]�without the CB protection. Fabric system should approximate a WVTR (water vapor transport) 800 - 1100 g/m2/day when tested in accordance with ASTM E 96 Proc B. Fabric system should approximate an air permeability of 3.0 � 5.0 cfm when tested in accordance with ASTM D 737. Fabric system should approximate a total evaporative resistance (Ret + Reto) of 10.1 and a total thermal resistance (Rct + Rcto) of 0.084 when tested in accordance with ASTM D 1776. Desired stiffness of the cover fabric should approximate 3.4 cm and 2.9 cm for warp and weft, respectively when tested in accordance with ASTM D 1388 (Method A). Desired stiffness of the inner liner fabric should approximate 3.7 cm and 3.1 cm for warp and weft, respectively when tested in accordance with ASTM D 1388 (Method A). Fabric systems used in training garments must be able to withstand rigorous training exercises and several launderings. Fabric systems must be Berry compliant. Deliverables: Vendors who believe they have fabric systems capable of meeting the above requirements are requested to submit a short (no more than 5 pages total per sample) summary, by the date and to the address noted below.� The summary will need to include the following general information about the respondent: Company name and address Point of contact with phone number Unique Entity Identifier (UEI): CAGE Code A statement regarding any small business designation (if applicable), The North American Industry Classification System (NAICS) code is 313310 and the small business size is 1,000 employees.� Responses must include the following information specific to each of the fabric systems capable of meeting the above requirements: A description of the fabric(s) being submitted. Estimated cost of the cover fabric and inner liner fabric system per linear yard for a purchase volume of 600 yards and 24,000 yards. Fiber blend percentages and any finishes added to the fabric should be specified. Data sheets including textile evaluations if available A statement confirming or denying the use of PFAS (perfluoro alkyl substances) at any stage in the material production and/or processing. PFAS refers to all substances with Carbon-Fluorine bonds, not just perfluoro octanoic acids (PFOAs). Textile sample(s) equivalent to a minimum of one (1) linear yard (in any color). A statement regarding current United States military products, if any, made from the submitted composites is requested.[TSMCUDJC(5]� Respondents may submit up to eight (8) different fabric[TSMCUDJC(6]� system candidates but should clearly identify the advantages/disadvantages of each.� The submissions may be used by the Government to assess the performance of the submitted fabric systems for functionality in a CB training suit. While there is no guarantee that a subsequent solicitation will be issued and/or a contract awarded, currently, it is the Government�s interest to explore the feasibility of procuring fabric systems with the above properties. The offerors may be asked to respond to a purchase request of several hundred yards for the construction of 30 garment prototypes for further testing. Delivery Date: Respondents are requested to provide information and sample materials by COB 19 March 2023. Responses to this notice are to be sent to Ms. Tara Bell JPM CBRN P and Dr. Natalie Pomerantz DEVCOM SC, 15 General Greene Ave., Natick, MA 01760-5019.� This notice is for information and sample fabric systems only. THIS IS NOT A REQUEST FOR QUOTATION.� No solicitation document exists.� POCs for this request are Ms. Tara Bell and Dr. Natalie Pomerantz. Email your questions to the POCs at the following addresses: tara.e.bell.civ@army.mil and natalie.l.pomerantz.civ@army.mil. Government Furnished Property: 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 SAM.gov 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 JPM CBRN P via e-mail ONLY to andrew.r.rhodes10.civ@army.mil, tara.e.bell.civ@army.mil, and natalie.l.pomerantz.civ@army.mil no later than 19 March 2023 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. 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 andrew.r.rhodes10.civ@army.mil, tara.e.bell.civ@army.mil, and natalie.l.pomerantz.civ@army.mil no later than 19 March 2023 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. Contracting Office Address: ACC APG Natick Division Natick Soldier System Center (NSSC) 1 General Greene Ave Natick, MA 01760
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a3515e39f7440dca0ced7f3e9e8c387/view)
 
Record
SN06595609-F 20230219/230217230108 (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 |
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.