Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2024 SAM #8111
SOURCES SOUGHT

42 -- RFI Uniform Integrated Protection Ensemble Family of Systems Glove (UIPE FoS Glove)

Notice Date
2/9/2024 11:11:30 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
RFI-UniformIntegratedProtectionEnsembleFamilyofSystemsGlove(UIPEFoSGlove)
 
Response Due
3/15/2024 2:00:00 PM
 
Archive Date
03/30/2024
 
Point of Contact
Robin Childs, Thomas Kloehn
 
E-Mail Address
robin.b.childs.civ@army.mil, Thomas.kloehn@usmc.mil
(robin.b.childs.civ@army.mil, Thomas.kloehn@usmc.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN Protection) for planning purposes only to identify potential additional sources of CBRN protective hand and wrist protective gloves and/or glove systems.���� The Government requests that responses to this Sources Sought be submitted electronically to Robin B. Childs, robin.b.childs.civ@army.mil� and Thomas Kloehn thomas.kloehn@usmc.mil no later than March 15, 2024, by 5:00 p.m. EST.� BACKGROUND:� The Joint Program Executive Office for Chemical Biological Radiological and Nuclear (CBRN) Defense and Joint Project Manager for CBRN Protection are seeking to obtain an updated understanding of industry capabilities regarding innovative glove and wrist protective solutions applicable to the Uniform Integrated Protection Ensemble Family of Systems (UIPE FoS) Glove program specifically for General Purpose and Aviation Heavy mission profiles. The UIPE FoS Glove program has been impacted by Polyfluorinated or Perfluorinated Alkyl Substances (PFAS) concerns and is interested in technological improvements that avoid or have fully known PFAS components.���� Currently fielded gloves were either fielded independent of, or as a component of, a protective ensemble, and while they offered technological improvements by reducing weight and bulk; comfort, tactility and dexterity restrictions continue to be factors with which the Warfighter must contend. Additionally, the increased reliance on touch screen (both resistive and capacitive) use in the field and particularly in aircraft have created unique requirements of being protective while maintaining interoperability with all types of controls, screens, buttons, and instrumentation that wearers still need to effectively operate in CBRN protective gear.� REQUIREMENTS: The purpose of this RFI is to solicit information on the current availability or developmental status of protective gloves, glove systems, designs or components that have the potential to meet the below Performance objectives. Fabric materials should be Berry Amendment compliant (as applicable to CBRN protective ensembles) and respondents must disclose if PFAS is used in the manufacture or included in the item as coatings, finishes or components.�� PERFORMANCE OBJECTIVES: Respondents shall discuss prototypes to meet a variety of unique mission profiles, tactility, dexterity, and protection requirements. Solutions will need to provide percutaneous protection to military personnel against CBRN and Toxic Industrial Chemicals (TICs) and Non-Traditional Agents (NTAs), which can be present in liquid, vapor, or aerosol form and seamlessly integrate with legacy and developmental Individual Protective Equipment (IPE), (e.g. UIPE FoS or Joint Service Lightweight Integrated Suit). Layered options (protective liners with various outer gloves offering durability or increased protection) may be considered.� The list of performance objectives is posted as an attachment. Please refer to ""RFI UIPE FoS Gloves_List of Performance Objectives"" This project is currently unclassified; however, respondents must be prepared to support and accommodate the presentation and dissemination of materiel classified up to Secret level.��� RESPONSES: Interested parties are invited to submit a response to this Sources Sought Announcement.� All responses shall be unclassified and shall not exceed 10 pages in length.� Provide a proposed solution for the protective gloves need, describing the physical characteristics, behaviors, and attributes of the solution in sufficient detail for JPEO CBRN to assess the suitability.� JPEO CBRN is seeking to consider a wide range of solutions to this need through this request.� Respondents shall provide the following in response to this RFI:� 1. Company Description� Provide a brief company description and history, emphasizing experience developing similar products� Discuss any data rights assertions anticipated for the prototypes� 2. Prototype Description� Description, to include key components, and maturity levels of concepts for currently available or future gloves��� Manufacturing details including any unique manufacturing techniques, location, and readiness levels�� Test plans, reports and any other relevant documentation to support claimed performance characteristics including CBRN protection, Touch screen interoperability, tactility, and dexterity� Unique test methods required to assess performance� Logistic details including: Packaging, storage, handling, and transportation requirements as well as logistical footprints, shelf life estimates.�� If item is currently sold/produced, a list of current users and any government testing or evaluations performed as well as current cost estimate� 3. Cost� Provide the Rough Order of Magnitude (ROM) cost estimate of the proposal to develop 30 prototypes for further demonstration, testing, and evaluation. Provide an estimated production cost for additional prototypes and estimated production rates� Identify any factors that will significantly impact material or labor costs.� 4. Schedule� Production lead time for system and materials� Estimated schedule to produce prototypes and technical readiness assessments.� �� This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the U.S. Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The U.S. Government has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become U.S. Government property and will not be returned.� Not responding to this Sources Sought Announcement does not preclude participation in any future RFP(s) if any is(are) issued.�� QUESTIONS: Any questions for clarification may be emailed to Robin Childs, robin.b.childs.civ@army.mil and Thomas Kloehn thomas.kloehn@usmc.mil no later than March 15, 2024, by 5:00 p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.� RESPONSE DUE DATE: Interested parties may identify their interest and capability by sending responses regarding this requirement to JPM CBRN Protection via e-mail ONLY to Robin Childs robin.b.childs.civ@army.mil and Thomas Kloehn thomas.kloehn@usmc.mil no later than March 15, 2024, by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party.� Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/59711f666b7249b182cd17805a67a328/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06962037-F 20240211/240209230056 (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.