Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

84 -- Prototype of Air Soldier Cold Water Survival Ensemble

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
2513ADM024
 
Archive Date
7/22/2012
 
Point of Contact
Janiece M Shall, Phone: (301) 757-8951
 
E-Mail Address
janiece.shall@navy.mil
(janiece.shall@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to add number 9 to submission details and extend the submission date until August 5, 2011. INTRODUCTION The Dept of the Army and the Dept of the Navy are seeking the availability and technical capability of qualified sources to develop and qualify a prototype for a Cold Water Survival Ensemble (CWSE) that will reduce bulk by 25% and reduce weight by 5% compared to the CWUwh-86/P, while still meeting military cold water survival requirements. This sources sought is NOT limited to Small Businesses, and it is preferred that all interested parties provide a response. The CWSE is being developed for use by helicopter crewmembers in Army and Navy aircraft. 1. The prototype Cold Water Survival Ensemble is required to: a. Maintain user's body core temperature at or above 95 deg F, for a minimum of 2 hours (objective of 4 hours) during immersion in turbulent 45 deg F water, and maintain hand skin temperature at or above 60 deg F for 2 hours (objective of 4 hours) during immersion in turbulent 45 deg F water (in other words, preserve the survivor's ability to assist in his own rescue); b. Maintain the ability to egress from underwater aircraft (i.e., inherent system buoyancy as close to neutral as possible but no more than 156N); c. Maintain the mobility and flexibility to allow the user to perform water survival procedures without excessive impediment (e.g., egress within 15 seconds, use of supplemental air device, activation of personal flotation, swimming, treading, raft boarding, use of signal devices); d. Allow compatibility with novel, self-actuating wrist and neck seals developed under a separate SBIR effort by a separate entity (these seals are themselves required to be installable on current commercial dry suits); e. Interface with a 120W cooling undergarment under development by Air Soldier (Cooling Vest AVNS-PRF-10865); f. Be able to be worn concurrently with typical military aviation man-mounted equipment worn with the current CWSE: boots, gloves, helmet, survival vest, body armor, 5-point seat harness, LPU-40/P life preserver unit; g. Maintain the mobility and flexibility to allow the user to perform routine and emergency mission tasks in military helicopters; h. Allow untrained users to install and replace neck seals, wrist seals, and socks, and perform patching type repairs without sewing, taping, or gluing; i. Be flame resistant or retardant; j. Limit burn injury to 20% second and third degree total body burn (excluding the head); k. Be launderable in a home washing machine; l. Be repairable through a service life of 5 years by an untrained user, or if a disposable concept, provide 72 hours routine durability and 24 hours emergency (immersed) durability. 2. The prototype CWSE is desired, but not required to: a. Provide selective visibility (allow the user to reveal or conceal himself); b. Repel natural predators (desired but not required); c. Modularize and/or integrate dry suit insulation with life preserver buoyancy such that they can function as a system or separately and: i. Protect the wearer from wave splash; ii. Provide sufficient oro-nasal clearance to prevent drowning following any cold shock; iii. Produce an unstable position in the prone position and a stable position in the supine position; d. Modularize and/or integrate dry suit insulation, life preserver buoyancy such that combined, they can function as surface flotation in addition to meeting c above; 3. The Government seeks unlimited data rights (i.e., the technical data to enable full and open competitive procurement for sustained supply). DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY, AND IS NOT A REQUEST FOR PROPOSAL: IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESS FIRMS THAT ARE CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. IT WILL ALSO BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPORTUNITIES EXIST. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ELIGIBILITY The PSC for this requirement is 8475. The NAICS code for this requirement is 315999, with a size standard of 500 employees. However, there are additional opportunities (i.e. teaming) for companies who predominantly work under NAICS codes 313320 (Size Standard 1,000) or 339920 (Size Standard 500). All interested businesses are encouraged to respond, but only those businesses or teaming arrangements that are considered small under 315999 will be considered for small business set-aside decisions. Please note that if this is set-aside for small business, the small business prime must perform at least 50% of the work themselves in terms of cost of performance, in accordance with FAR 52.219-14. SUBMISSION DETAILS All responses shall be transmitted electronically to the Contracting Office below 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. Multi-media submissions are permitted; however all electronic responses shall be limited to 5MB and shall be compatible with and accessible using Microsoft Office software applications. Written portions shall be limited to 10,000 words excluding cover letter and table of contents. Submissions shall: 1) Describe product design experience and fabrication expertise working with current CWSE materials and technologies; 2) Describe ability to develop and baseline a Technical Data Package that can be used for production competition; 3) Address ability and plans to meet the Berry Amendment and Buy America Acts for procurement; 4) List owned manufacturing equipment, skilled operating labor, and other employed expertise; 5) Include: Company name, telephone number, primary contact(s) with email address(es), physical address(es) (if more than one, locations of all facilities and functions performed at each), CAGE code, and DUNS number (register in the Central Contractor Registration (CCR) database (http://www.ccr.gov) to obtain an DUNS number); 6) List of any certifications or other compliances; 7) Define size of business pursuant to the North American Industrial Classification System (NAICS) and state whether they are a small business, small; disadvantaged business, 8(a), or large business; small business responses are asked to provide an explanation of your company's ability/plan to perform at least 50% of the overall effort. 8) and Describe ability or any limitations to provide the Government unlimited data rights. 9) Describe the ability to conduct cold immersion protection evaluation of system. It is anticipated that a Request for Proposal (RFP) for the design, development, and qualification of the CWSE will be released during the third or fourth quarter of CY11. The resultant contract is anticipated to be of a cost-plus-fixed-fee type, and will include the tasks to design and qualify the CWSE to a product performance specification. The contractor will be asked to conduct trade studies, build prototypes, conduct qualification testing, and deliver an appropriate technical data package. ADDITIONAL INFORMATION All questions shall be submitted via email to: Bryan Owens, bryan.owens@navy.mil, no later than Friday, August 5, 2011 4pm EST. Phone calls will NOT be accepted, although an email confirmation of receipt will be sent. Other subsequent requests for additional information will be disregarded. It is the responsibility of respondents to monitor this site for the release of follow-on information and requests. All submitted documentation shall become the property of the United States Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/2513ADM024/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02503846-W 20110721/110720002408-7f539f2f133c5b789d489bd180ceb96e (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.