Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SPECIAL NOTICE

99 -- ARMY MODULAR GLOVE SYSTEM, MENS AND WOMENS.

Notice Date
1/31/2008
 
Notice Type
Special Notice
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
USA-SNOTE-080131-002
 
Archive Date
4/30/2008
 
Point of Contact
Valerie Banville, 508-233-6433
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Natick
(valerie.banville@us.army.mil)
 
Description
The Product Manager- Clothing and Individual Equipment (PM-CIE) at the U.S. Army Soldier Systems Center (Natick, MA) has a need to identify possible commercially available glove systems for U.S. Army. The Army Modular Glove System is intended to pro tect the soldiers hands from temperatures of 20o F to +40o F. The Army Modular Glove System shall be a collection of gloves (3 layers) that offer various levels of cold protection with various other environmental protective properties. The individual i tems can be selected by the user to wear either alone or layered according to the manufacturers recommended layering of components. This modular system shall allow the wearer to choose the gloves that are required based on the need for insulation, wind p rotection, water resistance, full waterproof protection, heat and melt resistance, flexibility and tactility. These lightweight components shall be shells or shells with removable insulations that allow for quick drying and individual replacement. The Ar my Modular Glove System is envisioned as a modular system consisting of perhaps five (5) components, worn in up to (3) layers. (Removable liners considered separate component.) The Government is conducting a Market Investigation seeking product informati on and/or samples of innovative off-the-shelf or non-developmental solutions for evaluation in the year 2008/ 2009. The intent of this market survey is to see modern versions of these gloves using state-of-the-art materials and design features. We will b e technically testing materials of these commercial items to determine the best performance available. Results from this evaluation will be used to write a Military specification. When submitting for U.S. contracts, offers are cautioned that their produc ts (all materials and manufacturing) must comply with Berry Amendment restrictions (see DFARS 252.225-7012). Product shall meet the following critical performance requirements: (1) Three separate glove layers: Base layer (next to skin, no melt/stick glo ve liner,) Layer 2 (highly wind and water resistant/ water proof, wet weather protection,) Layer 3 (Extreme cold weather glove with insulation, wet weather protection). (2) Combination of gloves that provide environmental protection in temperature range: 0-40 ? F. (3) Quick drying layers. (4) Minimum service life of 120 days and have a minimum shelf life of 5 years without being affected by mold, fungus, rot, etc. (5) Subdued in color. (6) Provide maximum moisture vapor transmission rate/ breathability and comfort. (7) Provide wrist adjustability and a means to attach the gloves to an item. (8) Five sizes or less shall properly fit the central 90% of the military population based on the 5th percentile female through the 95th percentile male soldier ha nd measurements. (9) Uniform compatibility. The following objective performance requirements are desired: (1) Maximum dexterity and tactility. (2) Flame protection. (3) Reduce bulk. (4) Ergonomic finger construction. Testing: Samples submitted may be technically tested by the Government for the above requirements; however, not restricted to only these. Interested firms are requested to submit information (i.e. identify materials used in the development) on their product(s) within thirty (30) days following the publication of this synopsis. Additional information should include, but not limited to, product cost, technical information (e.g. physical properties, performance characteristics, test methodology (e.g. ASTM, AATCC), certification/ complian ce, warranty terms, relevant company background/experience, ISO 9000 certification, and any other information that the company believes demonstrates the value of their product(s) and ability to meet the requirements. Companies are also encouraged to submi t minimum of 1 sample (size Large) for evaluation NLT 15 February 2008, but are not required to. Initial information and samples submitted will not be return ed, and no payment will be made by the Government for sample submitted. Responses to this notice are to be sent to Ms. Valerie Banville, PM-CIE, ATTN: AMSRD-NSC-WP-A, Kansas St., Natick, MA 01760-5019. This notice is for market survey only. THIS IS NOT A REQUEST FOR QUOTATIONS. No solicitation document exists. The information received under this announcement may in the future be used to purchase items by the Government for testing and/or the preparation of a solicitation package for development protot ypes. POC for this request is Valerie Banville (508) 233-6433, FAX (508) 233-6493, or email Valerie.banville@natick.army.mil Email your questions to US Army Natick Soldier Center at Valerie.banville@natick.army.mil
 
Record
SN01497414-W 20080202/080131224708 (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.