Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOURCES SOUGHT

84 -- Modular Explosive Ordnance Disposal Protection Suit

Notice Date
10/25/2011
 
Notice Type
Sources Sought
 
Contracting Office
ACC-APG SCRT - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRBEODRFI
 
Response Due
11/14/2011
 
Archive Date
1/13/2012
 
Point of Contact
Kristina Morrow, 410-306-2853
 
E-Mail Address
ACC-APG SCRT - Aberdeen
(kristina.k.morrow.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; no award will be made as a result of this request. This request for information is for informational purposes only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. 1. SCOPE. Background: The mission of the U.S. Army Rapid Equipping Force (REF) is to rapidly increase mission capability while reducing risk to Soldiers and others by equipping operational commanders with off-the-shelf (government or commercial) solutions or near-term developmental items that can be researched, developed and acquired quickly. The REF receives requirements from operational commanders in war zones setting forth the capabilities needed. The REF is chartered by the Senior Army leadership to provide material solutions to meet these requirements in a significantly reduced timeline compared to traditional Department of Defense acquisition procedures. The purpose of this RFI is to obtain technical and cost information from manufacturers regarding the availability of Commercial-off-the-Shelf (COTS) or Government-off -the- Shelf (GOTS) modular Explosive Ordnance Disposal (EOD) protection capability. Experience and information obtained from this request for information will be provided to Army Product Manager REF who will evaluate the information and feasibility of issuing a procurement action to resolve the stated problem. 2. REQUIREMENTS. The Modular EOD protection, protective clothing worn over the combat uniform to protect soldiers in the event of a blast event, must meet the following requirements: 2.1.Be based on a set of modular components that can meet the operational need for increased mobility or protection. 2.2.A list of the modular components must be included. 2.3.Offer blast protection close to that of the EOD bomb suit, standards to be defined by the Army Evaluation Center. 2.4.Must fit into a kit bag (22" x 20" x 12") 2.5.Must weigh no more than 28 lbs. 2.6.Must integrate with standard issued Improved Outer Tactical Vest (IOTV). 2.7.Must not interfere with Modular Lightweight Load-carrying Equipment (MOLLE) gear 2.8.Must have zippers for quick on/off functionality and administering first aid. 2.9.Provide sizing of modular components for customized and optimal fit. 2.10.Modular components must be manufactured for removal or attachment during operations. 2.11.High wear areas must be manufactured of durable scuff-resistant and abrasion-resistant materials. 3. DELIVERABLES Specific information on industry capability to produce a system that can meet the requirements identified in paragraph 2 above, or otherwise solves the problem of identifying and detecting objects being emplaced. This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology, qualifications, and capabilities to satisfy the performance and technical objectives described above. The white paper should discuss the company's ability to provide existing technologies to improve soldier protective levels and should provide a ROM (rough order of magnitude) price and its anticipated delivery for the solution proposed. Also provide any vendor test results that can be used to augment required Army Test and Evaluation Center (ATEC) oversight. Please only submit information on products that are currently commercially available or products that are in the final stages of development and will be available for demonstration. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to the contract specialist at Kristina.k.morrow.civ@mail.mil. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review RFI submissions as they are received. The government reserves the right to close this RFI once they have received adequate response(s) to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa2404ecc032aafbf8940c8e2360ab7f)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02612690-W 20111027/111025234446-aa2404ecc032aafbf8940c8e2360ab7f (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.