Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOURCES SOUGHT

83 -- This synopsis is issued for the sole purpose of conducting Market Research to identify potential manufacturers of 650lb breaking strength Nylon Cord used as parachute suspension line.

Notice Date
6/22/2010
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
RDECOM Natick Contracting Center ICP (RDECOM-CC), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W58P05-10-R-0016
 
Response Due
7/22/2010
 
Archive Date
9/20/2010
 
Point of Contact
David F. Roy, 508-233-5198
 
E-Mail Address
RDECOM Natick Contracting Center ICP (RDECOM-CC)
(david.francis.roy@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI)-22 JUNE 2010 This is not a solicitation for bids/proposals but a Request for Information. This synopsis is issued for the sole purpose of the Soldier Support Branch of the Natick Contracting Division, U.S. Army RDECOM to conduct Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10. This effort is to identify potential manufacturers of 650 lb breaking strength Cord, Nylon, Coreless commonly used as parachute suspension line. The manufacturing processes that govern the manufacture of this cord are detailed in a U.S. Army RDECOM Source Controlled Drawing in combination with a commercial industry specification maintained by the Parachute Industry Association. Specifically, these are 11-1-7200H dated 26January 2010 and PIA-C-7515B, Cord, Nylon, Coreless dated 01 March 2004. The Government is conducting supplemental market research to identify potential domestic manufacturing capabilities to produce this cord in support of current procurement contracts for personnel parachutes. Due to its critical use as suspension line, this cord is source controlled. Currently there is only one vendor who has been approved to produce this cord and meet the requirements for a domestic source as outlined in Title 10 United States Code Section 2533a (The Berry Amendment). The Berry Amendment restricts the Department of Defense acquisition of textiles, as end items or components of end items, to only those textiles which are grown, produced, processed, reprocessed, or reused in the U.S. Specific Material, Manufacturing and Processing Requirements. 1. Color is Natural or FG-504 per FED-STD-595. 2. Yarn is required to be 840 denier bright, high tenacity, heat and light resistance nylon 6,6 (prepared from hexamethylene diamine and adipic acid or its derivatives with a melt point of 244C-256C). 3. Coreless braid is a 2 over, 2 under pattern. 4. Single ply yarn is braided using 24 carriers and 2 ends per carrier. 5. Cord is required to be heatset to a sufficient degree to allow not more than 3% shrinkage when tested in accordance with commercial test method PIA-TM-6010. 6. The cord is treated with an approved fluorocarbon finish identified on 11-1-7741 to result in 5% +/- 2% additional weight when tested in accordance with PIA-TM-3000. To date, the only approved finish listed on 11-1-7741 is DupontTM PTFE Fluoropolymer Resin Dispersion Grade TE-3859. The process of applying the finish shall not cause any detrimental effect to the physical properties of the cord or cause a significant color change. 7. The final heatset and finished cord is required to possess a minimum of 650 lbs breaking strength and a minimum of 20% elongation for each test specimen when tested in accordance with commercial test method PIA-TM-6016. 8. Final picks per inch are required to be 14-15.5. 9. Length of cord per unit weight (in pounds) is a minimum of 230 feet. 10. Bleaching is not allowed during any step of the manufacturing process. 11. The finished cord shall show no color change when exposed to air pollutants such as those produced by inefficient combustion or exhaust. This may be achieved through careful selection of the spin finish (a finish applied at yarn extrusion) or through removal of the spin finish through scouring or dyeing. 11. The cord is required to meet several other properties such as resistance to light and heat, pH and water soluble extractable matter. Specifics regarding these properties and other requirements as well as quality inspection and acceptance, put-up length and packaging requirements are detailed in PIA-C-7515B and 11-1-7200H. A copy of each PIA specification and test method is available for purchase at www.pia.com. A copy of the associated Government drawings is available by contacting the project officers through mail, email, or fax. Respondents are requested to submit to the project officers the following, at no expense to the government: 1. A 250 yard production representative sample of the finished product 2. All material certifications and test reports as required by 11-1-7200 and PIA-C-7515 3. An affidavit affirming that the material and all processes used in the manufacture of this material are fully compliant with the Berry amendment. 4. Company name 5. Address 6. Telephone number 7. Point(s) of Contact (phone & email address) 8. Business size 9. DUNS Number 10. CCR Registration Number 11. Federal CAGE Code 12. Description of similar contracts 13. Manufacturing lead times for this cord 14. Minimum quantities per purchase 15. Projected price per yard at the minimum and maximum quantities 16. Monthly production capacity for this cord 17. Information regarding manufacturing capabilities Project officers for this RFI are: 1. Christine Charette Email address: Christine.charette@us.army.mil 2. John Stallings Email address: john.stallings2@us.army.mil Product and Responses may be mailed to the following address: US Army NSRDEC ATTN: Christine Charette 15 Kansas Street BLDG 3, Room 225 AMSRD-NSC-WP-AD Natick, MA 01760-5000 Questions may be submitted to the above project officers through email, faxed via 508-233-6391 or mailed to the above address. No discussions will be conducted telephonically. This RFI is not a commercial solicitation per FAR Part 12. For assistance in interpreting the CBD announcements, please see the CBD Reader's Guide.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e72279a4ba3eb58b655563897e3c29fa)
 
Place of Performance
Address: US Army Natick Research Engineering & Development Center ATTN: RDNS-WPA-D Bldg 3, Rm 225 Natick MA
Zip Code: 01760-5011
 
Record
SN02185048-W 20100624/100622235846-e72279a4ba3eb58b655563897e3c29fa (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.