Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOURCES SOUGHT

42 -- RFI - Advanced Systems for Protection and Integrated Reduction of Encumbrances Hood Mask Interface (ASPIRE HMI)

Notice Date
1/8/2025 2:56:34 PM
 
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-AdvancedSystemsForProtectionAndIntegratedReductionOfEncumbrancesHoodMaskInterface(ASPIRE-HMI)
 
Response Due
2/14/2025 2:00:00 PM
 
Archive Date
03/01/2025
 
Point of Contact
Melissa Smith, Mikel Wismer
 
E-Mail Address
melissa.b.smith@usmc.mil, mikel.r.wismer.civ@army.mil
(melissa.b.smith@usmc.mil, mikel.r.wismer.civ@army.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the Joint Project Manager for Chemical Biological Radiological Nuclear Protection (JPM CBRN Protection) to identify the availability and adequacy of potential sources for planning purposes only. The Government requests that responses to this Sources Sought be submitted electronically to Melissa Smith melissa.b.smith@usmc.mil and Mikel Wismer mikel.r.wismer.civ@army.mil no later than February 14, 2025 by 5:00 p.m. EST. DESCRIPTION: The Joint Program Executive Office for Chemical Biological Radiological and Nuclear (CBRN) Defense and Joint Project Manager for CBRN Protection are seeking to obtain better knowledge and understanding of industry capabilities regarding drawcord and drawcord synching/locking solutions and production of fasteners and garment components. Current available components for Chemical Biological (CB) garments do not meet the unique requirements and design for optimal hood-to-mask interface integration and flame retardancy. Specifically unique drawcords and cord locking (flat vs. round, locking) mechanisms. The Advanced Systems for Protection and Integrated Reduction of Encumbrances Hood Mask Interface (ASPIRE HMI) Program is responsible for providing an interface solution between currently fielded CB ground masks and fielded and future CBRNE protective garments with drawcord closures. The purpose of his Sources Sought Announcement is to solicit information on the current availability, developmental solutions, rapid prototyping/3D printing capability, and production status of prototype component solutions, specifically flat drawcords, flat (not rounded) cord locks and drawcord synching/locking components. Responses should discuss prototype solutions that can be integrated into government designed hoods with drawcord closures. Solutions will need to improve the interface between masks and suit hood to improve integration of HMI solutions to CB suit hoods by reducing the overall size and bulk of traditional drawcord and drawcord synching/locking components. For solutions not readily available, responses should include rapid prototyping capability to assist the government in designing a government owned solution(s) that can transition to a manufacturer for production. RESPONSES: Responses should be Berry Amendment compliant and include as much of the following information available: Manufacturer Product name Solution Estimated unit cost Production capability Product description to include: Description of solution and materiel composition, including solution dimensions and estimated technology readiness level. For reference, currently utilized drawcord and cord locks for this application have the following characteristics: The drawcord is 1/8 inch in diameter, approximately 27 inches long, and is made of elastic with an elongation of 125 percent. The drawcord has one cord lock on each end that allow the drawcord to be synched and the hood circumference to be kept constant during use. The cord locks are approximately 1 inch by � inch and are elliptical in shape with a spring-loaded button to allow adjustment of the drawcord. Each cord lock accommodates one end of the drawcord, and the two cord locks are locked together to improve retention. The cord locks are made of acetal with a flame-retardant additive. Manufacturing details including any unique manufacturing techniques (ex. 3D printing/rapid prototyping capability), location, and manufacturing readiness levels. Test plans, reports, and any other relevant documentation to support flame resistant/retardant performance characteristics. Manufacturer production capability, to include the ability to produce end item based on government owned technical data and maximum and minimum production rates by month. Identify if the system is currently being used by commercial industry and/or government; provide names and/or examples of users. Any data rights assertions/anticipated assertion. Any factors that will significantly impact costs. If there are any significant lead times for materials and/or products. In addition to the above, please note: It is requested that respondents having components or technologies believed to be suitable as described herein, submit electronic copies of any available product data sheets, related brochures, descriptions, price lists, technical/operator manual(s), test reports, or other documentation as available and deemed appropriate. There is a ten-page limit on submissions outside of any additional documents listed here. Respondents may submit multiple technologies but should clearly identify the advantages/disadvantages of each. 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 Government. Further, unsolicited proposals will not be accepted. Funding is not available currently. The United States Army 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 Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. QUESTIONS: Any questions for clarification may be emailed to Melissa Smith melissa.b.smith@usmc.mil and Mikel Wismer mikel.r.wismer.civ@army.mil no later than January 31, 2025 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 Melissa Smith melissa.b.smith@usmc.mil and Mikel Wismer mikel.r.wismer.civ@army.mil no later than February 14, 2025, 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. Identify any contracting vehicles your company holds that would be available to support this scope of work and the corresponding contract number. For example: If you hold a GSA Federal Supply Schedule contract, GWAC, IAC MAC, or other vehicle, please identify the vehicle and contract number.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12eac319d2a0470fbfcdaca4b61f5ddb/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07308810-F 20250110/250108230118 (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.