Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2020 SAM #6783
SOURCES SOUGHT

83 -- Maternity Flight Suit Request for Information (RFI)

Notice Date
6/23/2020 11:45:18 AM
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
FA8606 AFLCMC WNUK WRIGHT PATTERSON AFB OH 45433-7205 USA
 
ZIP Code
45433-7205
 
Solicitation Number
WNUK-20-013
 
Response Due
7/6/2020 9:00:00 AM
 
Archive Date
07/21/2020
 
Point of Contact
Kevin Lawson, Phone: 937-938-3800, Lila Ivanovska, Phone: 937-904-3496
 
E-Mail Address
Kevin.Lawson.3@us.af.mil, lila.ivanovska@us.af.mil
(Kevin.Lawson.3@us.af.mil, lila.ivanovska@us.af.mil)
 
Description
Maternity Flight Suit - Request for Information (RFI) #WNUK-20-013 General Introduction: 1. This announcement constitutes a Request for Information (RFI) only. Air Force Life Cycle Management Center (AFLCMC) Human Systems Program Office (AFLCMC/WNU) is conducting a market assessment to identify potential sources, and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document.� AFLCMC/WNU is issuing this RFI to explore cost effective options to provide this capability and to obtain valuable feedback in regards to the requirements for Maternity Flight Suit listed within this RFI. This RFI is issued solely for information and planning purposes and may be considered to determine the acquisition strategy for the Maternity Flight Suit as well as potential future solicitations. 2. This is not a request for competitive proposals. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party�s expense. 3. AFLCMC is not seeking proposals at this time, and will not accept unsolicited proposals.� 4. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� Small Businesses are encouraged to provide responses to this RFI in order to assist the Program Office in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontracting goals. The acquisition strategy is still being determined.� Market research results will assist the Air Force in determining whether this requirement will be a full and open competition, a small business set aside, a sole source acquisition, or another contracting method.� 5. If there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, �Limitations on Subcontracting.� Note: The Non-manufacturer Rule exception applies to this acquisition (see FAR 19.102(f) for more details). 6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Beta.SAM.gov site for additional information pertaining to this RFI. 7. Respondents are solely responsible for all expenses associated with responding to this inquiry.� This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to the information received, or to later publish a solicitation, or to award a contract based on this information. 8. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements presented below. Purpose: The purpose of this RFI is to gather information on the current state and availability of vendors which are capable of providing Maternity Flight Suit. � Maternity Flight Suit Requirements: The Government is requesting feedback on the requirements contained below, and gain an understanding of the capabilities of existing commercial off-the-shelf (COTS) solutions, solutions that would require development, and emerging technologies in industry. The feedback received will be used to refine and assess the achievability of the requirements. The Maternity Flight Suit requirements are the following: 1. Qualified sources to develop a flame resistant 1 piece or 2 piece, Maternity Flight Suit to be delivered in six months from contract award. 2. Qualified sources to provide an already developed flame resistant 1 piece or 2 piece Maternity Flight Suit (commercial or already produced for other Government agency), delivered in six months from contract award. 3. The ability to conduct manikin burn testing on a maternity manikin within five months to support the approval decision for production of the Maternity Flight Duty Uniforms (1 or 2 piece) by December 2020. 4. The ability to accomplish field modifications on the current 27/P Flight Suit to accommodate female Airmen through pregnancy and after (total time worn is estimated at 18 months). 5. The availability of fire retardant fabric/material (ideally for stretch panels and/or alterations to expand areas of flight duty uniforms). 6. The ability to manage inventory and ship the Maternity Flight Suit directly to users within one week of ordering.� NOTE:� The current need for a Maternity Flight Suit is 400 uniforms in a given year. If developing a Maternity Flight Suit, or supplying an already developed Maternity Flight Suit, at least 400 would need to be delivered within 6 months of contract award. Regarding development of a Maternity Flight Suit, in addition to flame resistance, the fabric shall provide moisture management properties and be durable and stretchable. The fabric shall provide a stable recovery force during the lifespan of the Maternity Flight Suit. Only Berry Compliant fabric/fabrics, end items, components, and fabrication will be considered. General Information:� Submittals shall provide information on any tests that have been conducted or will be conducted regarding; moisture wicking, fast drying, breathability, Flame Resistance (flame, heat, melt, manikin burn testing, etc.), stretch elongation, dimensional stability, health toxicity and MSDS for the cloth. Any treatments or finishes shall be identified on proposed or submitted fabrics. The color of the cloth being used shall be capable of matching Air Force Sage Green 1659, Army Tan 499, Air Force Tan 1654 and Coyote Brown 498. The Sage Green and Tan cloth shall meet the spectral reflectance requirements Sage Green 1659 and Tan 380 as listed in MIL-C-83249, Cloth, Plain and Basket Weave, Aramid. RFI Responses: 1. Please provide your Request for Information responses to kevin.lawson.3@us.af.mil and lila.ivanovska@us.af.mil by 12:00pm EST on 6 July 2020. Title e-mail responses in the subject line of the e-mail as follows: �Response to Maternity Flight Suit Request for Information #WNU-20-013.� 2. Responses shall include the following information: � Company/Institute name � Address � Point of Contact � Cage Code � DUNS Number � Phone Number � E-mail Address � Web page URL 3. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. 4. The NAICS Code for this action is 314999, size standard 500 employees. Based on the NAICS Code, state whether your company qualifies as a: � Small Business (Yes/No) � Women-Owned Small Business (Yes/No) � Economically Disadvantaged Small Business Women-Owned Small Business (Yes/No) � 8(a) Certified (Yes/No) Date certified: ____________________ � HUB Zone Certified (Yes/No) � Veteran-Owned Small Business (Yes/No) � Service Disabled Veteran-Owned Small Business (Yes/No) � Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). � Statement as to whether your company is the manufacturer of the item or the reseller. 5. Please provide the following (or similar) technical information: Please provide feedback on the Maternity Flight Suit Requirements Please provide the following (or similar) cost information: Current unit cost or estimated unit cost.� Please list any order quantity price breaks.� 6. Please limit your responses to no more than 5 pages, to include product sheets, test data, graphs, charts and answers to the questions above; and, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. �If possible, include a 12�X12� swatch of the fabric, or a representative sample, and/or illustrations of the flight suit or alterations construction support sought.� If a company is capable of some, but not the entire requirement stated in this Request for Information, please provide a response that explains the requirements of which you are capable. Marketing materials are considered an insufficient response to this Request for Information. 7. Respondents should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this RFI that is properly marked as �proprietary� will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Questions: Responses to questions from interested parties will be promptly answered and posted on the Beta.SAM.gov website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company�s response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government�s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after the RFI assessments are completed. Points of Contact (POC) for this RFI: Kevin Lawson, Contract Specialist kevin.lawson.3@us.af.mil Lila Ivanovska, Contracting Officer Lila.ivanovska@us.af.mil Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 Please submit samples to: Air Force Uniform Office, Attn: Lt Avery Thomson 1901 10th street (bldg. 63), Wright Patterson AFB OH 45433 Verbal questions will NOT be accepted. All questions will be answered via posting answers to this Beta.SAM.gov website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 6 July 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26af0c5631384a17ba36b24dcfad0d6a/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN05700757-F 20200625/200623230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.