Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOURCES SOUGHT

84 -- RFI - for Flight Gloves

Notice Date
8/28/2007
 
Notice Type
Sources Sought
 
NAICS
315992 — Glove and Mitten Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N00019-07-P7-ZD304
 
Response Due
10/15/2007
 
Archive Date
10/16/2007
 
Description
RFI FOR FLIGHT GLOVES Naval Air Systems Command, Aircrew Systems (NAVAIR-PMA202) of Patuxent River, MD seeks information on commercially available Fire-Resistant Flyers Gloves for Naval and Marine Corps Aviators and Aircrew. Such flyers gloves may be considered as possible replacements or alternatives for the current US Navy and Marine Corps GS/FRP-2 Fire-Resistant Summer Flyer?s Glove used by all Navy and Marine Corps Aviators and Aircrew. The primary function of the flight glove is to provide protection in the event of an aircraft fire or ejection. Aviators and aircrew don the gloves before flight operations in all climates and keep the glove on for the duration of the mission. NAVAIR is seeking new gloves that have enhanced tactility and dexterity as well as providing at least the same protection and the functionality of the glove(s) it replaces. The general requirements for the Summer Fire Resistant Flyer?s Glove are: 1) Flame resistant. Nomex Simplex Knit fabric is currently used to manufacture the summer glove. All product information submitted must meet or exceed the following Thermal Protective Performance (TPP) values: Time to 1st degree burn: 4.6 sec Time to 2nd degree burn: 4.8 sec Max Skin Temp: 119 deg C (9.6 sec) Max Fabric Temp: 386 deg C (6.0 Sec) The vertical flame requirements for this fabric are as follows: After flame (max): 2.0 sec Char Length (max): 4 inches Ability to meet or exceed the above requirements shall be documented in the information submitted. 2) Increased wet and dry tactility. Increased fingertip tactility to allow accurate operation of cell phone or calculator-size buttons and Navy touch screens. Increased wet grip to allow secure grip on wet slick surfaces such as oily metal aircraft handholds, wet rubber rafts, etc 3) Increased durability. The gloves shall provide longer use life when compared to the GS-FRP/2 flyers glove when the user completes the same mission tasks. 4) Gauntlet: At least a 3 inch long gauntlet and no longer than 5 inches. 5) Provides protection in hot/warm/moderate temperatures. The glove sought need not provide thermal protection in all climates but must limit elevated hand skin temperature in hot weather. 6) Sizes. Shall be available in the same range of sizes as the current flyer?s glove; sizes 4 to 12. 7) Static dissipative. Must be manufactured of materials that dissipate static. 8) Snag and puncture resistant. Specification sheets, drawings and photographs are requested from all interested sources at no cost to the Government. Product information shall be submitted at no expense to the Government and will not be returned. Proprietary data MUST be marked on a page-by-page basis, and will be kept confidential and protected in accordance with the Uniform Trades Secret Act. Interested sources shall state whether their product is available commercially, made domestically of domestic textiles (must be Berry compliant ? manufacturers must list the origin and place of manufacturing operations of all components). Companies responding to this request for information should send all responses to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (Air 2.4.3.3), ATTN: Jeanette Moronta, Code 2.4.3.3.4, 47123 Buse Road, Bldg 2272 Room 353, Patuxent River, MD 20670-1127. Responses should be submitted by 15 October 2007. All correspondence shall reference the synopsis number N00019-07-P7-ZD304 on the mailing container and all enclosed documents. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business. Respondents must clarify if their firm can provide commercial or non-developmental items that could be modified, or the technology and expertise for development, to meet the Government's needs. Please address all technical questions to Kelcy Seabolt, Code 4.6.7.4, (301) 342-8379. Proprietary information MUST be marked as such, on a page-by-page basis. This announcement is NOT A REQUEST FOR PROPOSAL nor does the Government intend to pay for any information submitted in response to this synopsis. This synopsis does not commit the Government to award a contract. This synopsis is for market research only and any procurement resulting from this announcement will be synopsized separately.
 
Place of Performance
Address: 47123 Buse Road, Bldg 2272, Room 353, Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01387996-W 20070830/070828222500 (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  © 1994-2020, Loren Data Corp.