Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SPECIAL NOTICE

84 -- Market Research - Request for Information for an Army Combat Moisture Wicking Sock

Notice Date
3/10/2011
 
Notice Type
Special Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYSOCKMW
 
Archive Date
3/9/2012
 
Point of Contact
Daniel Purcell, 508-233-6335
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(daniel.j.purcell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Product Manager, Soldier Clothing and Individual Equipment (PM-SCIE) is requesting capability statements from companies for the purpose of identifying potential sources to provide an Army Combat Moisture Wicking Sock (ACMWS). The sock will be designed for comfort and durability over an extended wear period in a wide variety of environmental conditions. The purchase description, Free Socks, Army, Natick/PD-10-15, dated 15 January 2010 is available for reference. The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI received by the Government will not be accepted to form a binding contract. This is a Request for Information, and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL format will be rejected and considered nonresponsive. Capability Statements should include: specifications, and independent test data, cost information, business size, current contract/purchase order numbers for same or similar products and any information that can be used to determine the best product. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 04-15-2011. Qualified sources are requested to electronically send their product information via email to: Stella Lee, email: stella.y.lee@us.army.mil and Neal Dedicatoria, email: neal.dedicatoria@conus.army.mil. REQUIREMENTS The followings are the desired physical requirements of the socks: The socks should maintain their shape and position on a Soldier's foot. The socks shall be mid-calf style or boot style in height with a double welt top. The socks shall be foliage green FG 504. The socks shall be Berry Amendment compliant. The socks shall be available in one type in five sizes: Extra Small, Small, Medium, Large, and Extra Large. The socks shall be sized in conjunction with the boot sizes: X-Small (boot size women 4.5-6.5), Small (boot size men 6.5-8.8; boot size women 4.5-6.5), Medium (boot size men 9-11; boot size women 10-11.5), Large (boot size men 11.5-13.5; boot size women 12+), X-Large (boot size men 14+). The socks shall weigh the followings ounces per dozen: X-Small (33.6 +/- 2.5 oz), Small (35.5 +/- 2.5 oz), Medium (40.8 +/- 2.5 oz), Large(42.8 +/- 2.5 oz), X-Large (46.8 +/- 2.5 oz). The dimensional stability, % (max) will be following: leg length 8, cuff length 8, foot length 8, foot width 8. The seam bursting strength, lbf (min) shall be 90. The colorfastness to laundering (min) shall be 3.5/3.5 with nylon staining 2.5. The colorfastness to crocking (min) shall be dry 4.0 and wet 3.0. The colorfastness to light (min) 40 hours shall be 3.5. The reduction in bacteria (%, min) shall be staphylococcus aureus 99.5%, and Klebsiella pneumonia 99.5%. The stretch and recovery % warp/fill shall be fabric stretch % (Min) after 30 min, 4 lb tension is 18/18 and fabric growth % (max) after 1 hour relaxation, no tension is 17/17. The vertical flame resistance- length x width initial shall be 10 x 10 char length (inches) and after 5 laundering cycles 10 x 10 char length (inches). The pilling (min) shall be 2.5 and slight fuzzing is acceptable. The thermal protective performance (min) with spacer, cal/cm2 initial shall be 20 and after 5 launderings shall be 20. The air Permeability (min) shall be 48 ft3/min/ft2). The abrasion of heel (min) shall be 18,000 cycles min. Points of Contact Stella Lee, 410-436-6083, Project Engineer stella.y.lee@us.army.mil Neal Dedicatoria, 703-805-8523, Contract Specialist Neal.dedicatoria@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43128e834bb9f02d185ab9837c6a5977)
 
Record
SN02398472-W 20110312/110310235005-43128e834bb9f02d185ab9837c6a5977 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.