Massachusetts Bids > Bid Detail

Request for Information - MODPROT Collective Protection Liners, Fabrics, and Closures

Agency:
Level of Government: Federal
Category:
  • 10 - Weapons
Opps ID: NBD00159239446832183
Posted Date: Jan 4, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/f6be0e773d...
Follow
Request for Information - MODPROT Collective Protection Liners, Fabrics, and Closures
Active
Contract Opportunity
Notice ID
W911QY-RFIMODPROTCollectiveProtectionLinersFabricsandClosures
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 04, 2024 03:45 pm EST
  • Original Response Date: Feb 09, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1040 - CHEMICAL WEAPONS AND EQUIPMENT
  • NAICS Code:
    • 313310 - Textile and Fabric Finishing Mills
  • Place of Performance:
    Natick , MA 01760
    USA
Description

The Government requests that responses be submitted electronically to mary.k.prebensen.civ@army.mil; madisyn.l.fox.civ@army.mil and janet.ocallahan.civ@army.mil by 09 FEB 2024 by 5pm EST.





SYNOPSIS: This Sources Sought Announcement is to assist the US ARMY DEVCOM Soldier Center and Joint Project Manager for Chemical Biological Radiological Nuclear Protection (JPM CBRN Protection) to identify potential sources to provide chemical/biological protective fabrics, liners, and closures that will be suitable for use in the modernization of CBRN Collective Protection (ColPro) Materials. The Government is interested in materials that may still be in development but need to be matured. While test data demonstrating capability against the below requirements is desired, these data are not required to submit a response.





This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). Also, it is not an announcement of a forthcoming solicitation or a request seeking contractors interested in placement on a solicitation mailing list. It is a market research tool used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract based on responses nor otherwise pay for the preparation of any information presented or the use of any such information. Data and samples submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered.





Background: Emerging regulations regarding the manufacture and use of PFAS (perfluoroalkyl and polyfluoroalkyl substances) have impacted the availability of chemical/biological (CB) protective materials and textiles from the market base. The use of PFAS chemicals, which include PFOA (perfluorooctanoic acid) and PFOS (perfluorooctanoic sulfonic acid), have generated significant public health concerns. Due to existing local and anticipated DoD regulations, traditional textile and material vendors in the chemical/biological protective textiles and materials marketplace have either stopped manufacturing items containing these materials or have implemented significant cost increases and minimum purchase requirements for these textiles/materials. These marketplace changes have made it economically unfeasible to continue procuring items made with materials that include PFAS substances. Additionally, these changes significantly increase the cost of sustaining DoD systems that include these materials.





Collective protection liners are a key component in several U.S. Military shelter systems, allowing military personnel to perform medical functions, command and control (C2), and rest and relief (R2) in a CBRN-protected environment without being encumbered by Mission Oriented Protective Posture (MOPP) gear. The liners are required to provide liquid and vapor protection against several chemical warfare agents.





Information is sought regarding any liner, fabric, or closure material that is manufactured without PFAS while remaining suitable for CBRN protection.





Description: JPM CBRN Protection is requesting information on commercially available or developmental liner, fabric, and closure composites for chemical/biological (CB) defense. The objective of this effort is to investigate the availability of alternate materials and material sources that can meet chemical/biological protection requirements without the use of PFAS chemicals in the composition of the materials.





Specifications: The Government is interested in learning more information about materials which meet the recommended requirements for CBRN protection. These requirements may depend on whether the materials are suitable as liners or tent fabrics, and each requirement applies to all materials unless otherwise specified.




  • Materials of interest are commercially available or under development fabric composites.

  • Material composite should demonstrate capability against a chemical agent protective test (i.e., “challenge”) at 72 hours from known chemical agents when tested according to TOP_08-2-501A. Desired weight of the material composite should not exceed 8.0 oz/yd2 when used as a liner and tested in accordance with ASTM D751 or 17.0 oz/yd2 when used as a single-skin fabric and tested in accordance with PER MIL-PRF-44.

  • Desired peel strength of the composite should reach 2.5 lbs/inch when used as a liner and tested in accordance with ASTM D1876-01 and 7 lbs/inch when used as a single-skin fabric and tested in accordance with MIL-PRF-44103D/ASTM D751.

  • Submitted materials must exhibit no growth of mildew or fungus when tested in accordance with MIL-PRF-44103D.

  • If submitted materials are no melt/no drip, they shall not exhibit melting and dripping when exposed to a flame when tested in accordance with ASTM D6413.

  • If submitted materials are Flame Resistant (FR), they should exhibit the following properties when tested in accordance with ASTM D 6413:

    • After Flame
    • After Glow
    • Char Length
    • Self-Extinguish Flameout


  • Single-skin fabrics must pass when tested for Color and Spectral Reflectance and Blackout in accordance ASTM 44103D. Single-skin fabrics must pass when tested for Cold Crack, Extreme Temperature Exposure, and Petroleum Resistance in accordance with MIL-PRF-44271D.







The above requirements represent guidelines for materials that the Government is interested in learning more about. However, contractors should not disqualify any materials that they are interested in submitting information to the Government based on failing to meet one or any of the requirements above.





Deliverables: Vendors who believe they have materials capable of meeting the above requirements are requested to submit a short summary, by the date and to the individuals noted below (no more than 5 pages total per material sample).





The summary will need to include the following general information about the respondent:




  • Company name and address

  • Point of Contact with phone number

  • Unique Entity Identifier (UEI):

  • CAGE Code

  • A statement regarding any small business designation (if applicable). The North American Industry Classification System (NAICS) code is 313310 and the small business size is 1,000 employees.





Responses must include the following information specific to each of the materials capable of meeting the above requirements:




  1. A statement confirming or denying the use of PFAS (perfluoro alkyl substances) at any stage in the material production and/or processing. PFAS refers to all substances with carbon-fluorine bonds, not just perfluoro octanoic acids (PFOAs).

  2. A statement identifying the country of manufacture and whether the submitted materials are compliant with the Berry Amendment.





Responses should include the following information specific to each of the materials capable of meeting the above requirements:




  • A description of the material(s) being submitted.

    • Estimates cost per linear yard.



  • Textile sample(s) equivalent to a minimum of one (1) linear yard (in any color).

  • If the material is still in development, a statement regarding the Technical Readiness Level (TRL) of that material.

  • A material description including fiber blend percentages and protective layer composition.

    • Any finishes added to the material should be specified.



  • Data sheets including:

    • Textile evaluations

    • Chemical test data.



  • A statement regarding current products, if any, made from the submitted composites is requested.

  • A statement regarding the textile’s ability to be decontaminated.





Respondents may submit each of the different material candidates (single-skin fabric, liner, closure) or only one, but should clearly identify the advantages/disadvantages of each.





The submissions may be used by the Government to assess the performance of the submitted materials and design concepts for functionality in a composite material. While there is no guarantee that a subsequent solicitation will be issued and/or a contract awarded, currently, it is the Government’s interest to explore feasibility of procuring Chemical Biological (CB) defense composites with the above properties.





Delivery Date: Respondents are requested to provide information and sample materials by COB 09 FEB 2024.





Responses to this notice are to be sent to Madisyn Fox and Janet O’Callahan DEVCOM SC, Bldg 5, General Greene Ave., Natick, MA 01760-5019. This notice is for information and sample materials only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists.





IMPORTANT NOTES: Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY





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 at this time. 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.





RESPONSES:

Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM Soldier Center via e-mail ONLY to mary.k.prebensen.civ@army.mil and madisyn.l.fox.civ@army.mil and janet.ocallahan.civ@army.mil no later than 09 FEB 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.





QUESTIONS:

Any questions for clarification may be emailed to contracting POC, mary.k.prebensen.civ@army.mil and madisyn.l.fox.civ@army.mil and janet.ocallahan.civ@army.mil no later than 09 FEB 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 04, 2024 03:45 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >