Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOURCES SOUGHT

84 -- Request for Information (RFI) for a Chemical and Biological/Soldier as a System-Ground Integrated Technology Demonstration (CB/SaaS-G ITD)

Notice Date
10/14/2008
 
Notice Type
Sources Sought
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, 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
W911QY09SGITD
 
Response Due
12/31/2009
 
Archive Date
3/1/2010
 
Point of Contact
Thomas Bouchard, (508) 233-4026<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Natick Soldier Research, Development, and Engineering Center (NSRDEC), Natick, MA, in collaboration with Defense Threat Reduction Agency (DTRA), is pursuing novel Chemical and Biological (CB) protective garment, boot and glove materials; closures; and interfaces for integration into a CB protective combat ensemble that will reduce overall system level thermal burden/stress associated with current CB protective ensembles and will seamlessly integrate with all Warfighter combat ensemble components to include future head-gear concepts. Any CB protective material technologies that may offer improved thermal performance (as defined by im and clo measurements) are of interest and may include self-detoxifying materials, perm-selective materials, selectively permeable materials, carbon-based technologies, and other novel technologies. Ultimately, a flame resistant combat uniform material that affords CB protection without increasing heat stress on the wearer is desirable. The Government plans to conduct a technology demonstration in FY10 assessing the integration of novel CB protective garment materials, CB sensors, respiratory and ocular protection technologies into a Solider as a System-Ground (SaaS-G) concept ensemble. Design concepts, integrated with these CB technologies, will be assessed for improvements to overall mission performance to include physiological/thermal burden, overall human performance (cognitive/physical), mobility, weight/bulk, tactility/dexterity, situational awareness and integration with SaaS-G components. Chemical and Biological Protection will be considered across a range of challenge levels ranging from 3-10 grams/m2 liquid and 500-5000 mg-min/m3 vapor and aerosol. However, concepts must demonstrate modularity/flexibility to allow for increase or decrease in protection based on the threat level. Trade-space will be assessed between performance characteristics, as well as Doctrine, Organization, Training, Materiel, Leadership, Personnel and Facilities (DOTMLPF impacts/trades) and cost. This Request for Information should be considered an open call for any materials, closures and interfaces regardless of maturity level, that have the possibility of providing CB protection without raising the thermal burden on the Warfighter while wearing a combat load. The final goal is a material that possesses physical and performance characteristics similar to that of the Flame Resistant (FR) Army Combat Uniform (ACU), but in addition provides a level of inherent CB protection that may range from 3-10 g/m2. It is highly desired that the technology break new ground for reducing the physiological burden of CB protection by using thermal performance as the independent variable in attaining the final goal described. Garment materials, glove materials and boot materials that provide between 8-24 hours of continuous protection from a liquid challenge ranging between 3 g/m2 to10 g/m2 of the chemical agents HD, GD and VX; a vapor challenge at 500-5000 mg-min/m3 for HD, TGD and VX; a aerosol challenge at 500-5000 mg-min/m3 for HD, TGD, and VX; and enhanced thermal performance (im/clo similar to that of the FR ACU), are all of interest. Other desired performance characteristics may be air permeable; high Moisture Vapor Transfer Rate (MVTR); abrasion, flame resistance, water and oil resistant; self-decontaminable; durable; lightweight; etc. The characteristics listed above for garment, boot and glove materials/end items indicate a desired performance level and are not intended to eliminate a single technology or material from submission or evaluation. Respondents shall complete a separate questionnaire located at https://www3.natick.army.mil/upcoming.cfm and submit with their response. Items or information submitted for garment materials should be clearly identified on the information packet as Garment Material. Items or information submitted for glove materials should be clearly identified on the information packet as Glove or Glove Material. Items or information submitted for boot materials should be clearly identified on the information packet as Boot or Boot Material. Items or information submitted for closures should be clearly identified on the information packet as Closure. Items or information submitted for interfaces should be clearly identified on the information packet as Interface. Please submit responses by 31 December 2008 to the point of contact identified below. Respondents should describe their products and technology, identify the level and type of CB protection offered (identify CW/BW agents and/or TICs addressed, challenge levels and protection time, environmental effects, operational contaminant effects, etc.). Respondents should, include available test results (including test method utilized) which demonstrates the trade offs above current users/product applications, status of manufacturing and production, any unique or proprietary construction requirements related to the products and cost. Information for submission should include, but is not limited to, technical testing information (e.g. physical properties, performance characteristics, test methodology (e.g. TOP 8-2-501, ASTM,NFPA 701)), available test results for CB performance, certification/compliance, description of how the material will be used in its intended end item(i.e. garment, boot, or glove), if configuration is important to the performance of the material, relevant company background/ experience and any other information that the company believes demonstrates the value, performance and capabilities of their product(s) and the ability to meet the aforementioned desired performance. For developmental products, include estimates of the Technology Readiness Level (TRL) and Manufacturing Readiness Level. Companies may be contacted for additional information or a request to submit samples for further consideration in the demonstration. The government will assess submissions and may choose to perform independent physical and other testing to determine the best performing material / solution available. Companies may request testing results regarding only their own materials. This RFI is solely for demonstration purposes and does not constitute a solicitation or the issuance thereof. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted will not be returned, and no payment will be made by the government for such information. Any information/samples submitted will not be returned, and no payment will be made by the government for such samples. The testing results will be controlled and used for governmental purposes only. Responses to this notice are to be sent to Ms. Nazli El Samaloty, ATTN: AMSRD-NSR-TS-M, 15 Kansas St., Natick, MA 01760-5019. This notice is for market survey only. THIS IS NOT A REQUEST FOR QUOTATIONS. No solicitation document exists. POC for this request is Nazli El Samaloty (Nazli.Elsamaloty@us.army.mil). Email your questions to US Army Natick Soldier Research, Development, and Engineering Center at Nazli.Elsamaloty@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=092c61f2bcff23aa399d31788b2cb44b&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01691455-W 20081016/081014220018-092c61f2bcff23aa399d31788b2cb44b (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.