Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOURCES SOUGHT

84 -- Market Research - Request for Information - Flame Resistant Improved Army Combat Uniform Trouser (Army Combat Pant)

Notice Date
6/28/2011
 
Notice Type
Sources Sought
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
ACC-APG SCRT - Natick (PADDS), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W58P05FRACUT
 
Response Due
7/28/2011
 
Archive Date
9/26/2011
 
Point of Contact
Neal Dedicatoria, 703-805-8523
 
E-Mail Address
ACC-APG SCRT - Natick (PADDS)
(neal.dedicatoria@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) only. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). All information received will be for planning purposes only. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. All proprietary information shall be marked as such. The U.S. Army is seeking the availability and technical capability of qualified sources to provide production of a Flame Resistant (FR) Army Combat Pant (ACP). The FR ACP is to be produced in both the current Universal Camouflage Pattern (UCP) and the current Operation Enduring Freedom Camouflage Pattern (OCP) as well as meet the following characteristics: The Army Combat Pant shall be constructed of Flame Resistant materials which provide protection equal to the current Flame Resistant Army Combat Uniform fabric and provide the same general appearance as the current FR ACU trouser and is capable of meeting all required shade standards and Near Infrared Signature requirements. The pant must be constructed with a minimum of belt loops capable of supporting and compatible with all military equipment, a ruggedized seat, and minimum 8 pocket configuration (2 hip, 2 back, 2 cargo and 2 calf) with additional knife or pen pockets with secure closures. The Fly and Crotch construction must be durable. Crotch Construction must exceed current FR ACU and ACU Trouser tear strength. A built in repair kit that has the capability to repair snags, rips or tears in field environment without the need for additional specialized equipment and without affecting the safety of the user should be included. Integrated removable hard-shell knee pad with flap capable of covering knee pad insertion point to prevent soil and debris from entering the pant when knee pad is not in use is required. The total weight with knee pads installed will be equal to or less than 2lbs 3 oz. for size Medium Regular or equivalent. The size range must be sufficient to fit the 95th percentile of all soldiers. The construction and materials should attain the following characteristics: low noise detection signature; color and shade integrity; heat and moisture management. The intentions of this RFI are to investigate qualifying producers of the FR ACP as described above. The government is conducting this market survey to acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs, as well as delivery capabilities. Expected annual quantities will be approximately 180,000 (OCP) and 130,000 (UCP). Information Sought Potential offerors are invited to describe their capabilities to provide the product as described herein. All respondents shall include all of the information listed below in an email to jed.watkins@us.army.mil and dianna.kerns@us.army.mil, and limit their responses to no more than 10 pages. 1) Company name and Solicitation number in the email subject line. 2) Company address, telephone number, primary contact(s) with e-mail address(es), NAICS code(s), business size (i.e., small/large/HUB Zone), CAGE code, and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov.) 3) Statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, to include recommended improvements. This can also include current or past performance of providing this or similar products to the Government. 4) Estimated cost, typical delivery schedule, and anticipated volume discounts. 5) If applicable, a description of currently available commercial products, as well as the ability to modify existing products or develop new products that could meet the requirements described herein. 6) All assumptions, including any assumed Government support. All information shall be submitted within 15 days following the publication of this RFI. Address any questions about this request for information to Dianna Kerns - dianna.kerns@us.army.mil or U.S. Army PM SCIE, 5981 13th Street Bldg 1155, ATTN: Dianna Kerns, Fort Belvoir VA, 22060.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee64f3b7fa37ae76cda41f620efa6063)
 
Place of Performance
Address: Product Manager, Soldier Clothing and Individual Equipment 5981 Building 13th Street BLDG 1155 Ft. Belvoir VA
Zip Code: 22060
 
Record
SN02483994-W 20110630/110628234528-ee64f3b7fa37ae76cda41f620efa6063 (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.