Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2011 FBO #3612
SOURCES SOUGHT

84 -- Market investigation to identify commercially available Inflatable Personal Flotation Devices (PFDs) and/or Flotation Aids.

Notice Date
10/13/2011
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
INFLATABLEPERSONALFLOTATIONDEVICE
 
Response Due
11/13/2011
 
Archive Date
1/12/2012
 
Point of Contact
Nathan C. Jordan, 508-233-6034
 
E-Mail Address
ACC-APG SCRT - Natick (SPS)
(nathan.c.jordan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM) Program Manager, Special Operations Forces Survival Support and Equipment Systems (PM-SOF SSES) at the Natick Soldier Research, Development and Engineering Center (NSRDEC), is conducting a market investigation to identify commercially available Inflatable Personal Flotation Devices (PFDs) and/or Flotation Aids. The PFD is intended for use by members of the US Naval Special Warfare Command SEAL community. It is intended to be worn during any waterborne operation - including maritime airborne operations - and cannot interfere with the SEAL's ability to operate and function with current body-worn or carried equipment. A flotation system should be a low profile system with various activation modes including, but not limited to: (1) automatic by water pressure (i.e. depth), (2) automatic by water contact, and (3) manual (full and/or partial inflation). The container (if applicable) and bladder should be a subdued color. The operators desire a system that does not require a separate/stand-alone container (i.e. integrated into current equipment/vests). However, there are scenarios where the system may have to be worn separately, so we are interested in systems with separate containers (i.e. canisters, horse-collars, etc.) that may attach to a belt or load carriage vest. Interested sources must, within thirty (30) days of the publication of this synopsis, respond with information on their product/technology. At minimum, information shall include: 1)Identification of your company/organization, location, point of contact and notification of business size and/or special status. 2)Product Description of proposed system 3)Relevant technical information / specifications / qualifications (i.e. technical literature, data, test reports, illustrations, photographs, videos, patents, etc.) 4)Cost information 5)Estimated days to deliver a system after receipt of order. 6)Sample system, (optional) If a firm chooses to submit samples they must pre-coordinate the shipment with the POC below. No payment will be made by the Government for such samples, and the samples will be returned at each company's request and each company desiring to submit or have a sample returned shall arrange for shipment at no cost to the Government. Any information submitted will be controlled and not be returned. When a respondent must include proprietary data in order to fully communicate their product/technology, the respondent must clearly mark and identify any proprietary data that the respondent intends to be used only by the Government for evaluation purposes. Responses to this notice are to be sent to Mr. Jonathan Rich, PM-SOF SSES, ATTN: RDNS-WPS, Bldg 4, Rm D018, Kansas Street, Natick, MA 01760-5019. Submitted information must be provided in both email and hard-copy (include electronic CD or DVD format). This notice is for market research only. Questions regarding this announcement shall be directed to Jonathan Rich at 508-233-5279 or emailed to jonathan.rich@us.army.mil. The information received under this announcement may be used to purchase items for Government testing and/or prepare a solicitation package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a89982dc6b45d9ccbd179ea92173fabd)
 
Place of Performance
Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02606758-W 20111015/111013234440-a89982dc6b45d9ccbd179ea92173fabd (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.