Massachusetts Bids > Bid Detail

Request for Information - Chemical/Biological Protective Textile

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 10 - Weapons
Opps ID: NBD00159593915940380
Posted Date: Apr 7, 2023
Due Date: May 5, 2023
Solicitation No: RequestForInformation-Chemical-BiologicalProtectiveTextile
Source: https://sam.gov/opp/e1182215ce...
Follow
Request for Information - Chemical/Biological Protective Textile
Active
Contract Opportunity
Notice ID
RequestForInformation-Chemical-BiologicalProtectiveTextile
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 07, 2023 02:55 pm EDT
  • Original Response Date: May 05, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1040 - CHEMICAL WEAPONS AND EQUIPMENT
  • NAICS Code:
    • 316210 - Footwear Manufacturing
  • Place of Performance:
    Natick , MA 01760
    USA
Description

SYNOPSIS: This Sources Sought Announcement is to assist the Joint Project Manager for Chemical Biological Radiological Nuclear Protection (JPM CBRN Protection) to identify potential sources to provide chemical/biological protective footwear solutions that will be suitable for use in the Uniform integrated Protection Ensemble Family of Systems (UIPE FoS) Footwear program. Footwear technologies must be compatible with the UIPE FoS garment. The material must be capable of meeting the basic draft requirements/objectives described below. While test data demonstrating capability against the 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). It is a market research tool being 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. Further, unsolicited proposals will not be accepted. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. All submissions become Government property and will not be returned.





If a vendor believes that their current portfolio does not meet this need but would be interested in making the JPM CBRN Protection aware of their technologies or capabilities, the vendor is encouraged to submit their company information via a web-based software application called the Joint Enterprise Technology Tool (JETT) to connect your company to the appropriate government point of contact.





The Government requests that responses to this Sources Sought be submitted electronically to shannon.blackmon@usmc.mil and stephanie.m.broce.civ@army.mil by 5 May 2023 by 5pm EST.





Vendors may submit company or product information directly to the government via JETT at any time whether or not they respond to the RFI: https://jacks.jpeocbrnd.army.mil/JETT





Background:





The Government (JPM CBRN Protection) is in need of chemical/biological (CB) protective footwear solutions that can provide protection in accordance with the draft requirements/objectives of the Uniform integrated Protection Ensemble Family of Systems (UIPE FoS) Footwear acquisition program.





The footwear solution needed for the UIPE FoS Footwear program must allow the wearer to be able to conduct various operations from combat to day-to-day operations while maintaining a CB protective posture. The footwear solution must minimize burdens to the wearer’s mobility in contaminated environments under threat of CBRN exposure. The expectation is that the UIPE FoS Footwear users will remain mission capable in all operational environments, for extended periods of time, while reducing the hazards experienced when a wearer is exposed to chemical and biological agents.







Description: JPM CBRN Protection is requesting information on commercially available or developmental protective footwear solutions for chemical/biological (CB) defense.





Specific Specifications: The objective of this RFI is to determine the availability in the commercial and Science and Technology (i.e., developmental) marketplace of CB protective footwear solutions that may be suitable for use in the UIPE FoS Footwear program. While test data demonstrating the capability against the specifications is desired, data is not a requirement for consideration. Further considerations are as follows:







  • Materials of interest are commercially available or under development boots, overboots, socks, liners, finishes/coatings (e.g., in spray or liquid form).




  • The footwear solution should demonstrate capability against a 5 g/m2 chemical agent protective test (i.e., “ challenge”) at 12 hours after 504 hours of “unchallenged” wear time from the following agents: Mustard Agent, Distilled (HD) (when tested with CBART – Chemical/Biological Agent Resistance Test), Soman Nerve Agent (GD) (when tested with AVLAG – Aerosol, Vapor, Liquid Assessment Group) according to Test Operating Procedure TOP_08-2-501A and Nerve Agent (VX) (when tested with Low Volatility Agent Permeation (LVAP)) according to TOP 8-2-503.




  • The footwear solution should provide system level aerosol protection of at least 4000 CT (concentration).







  • If submitted footwear solutions are no melt/no drip, they shall not exhibit melting and dripping when exposed to a flame when tested in accordance with ASTM D 6413.




  • Footwear solutions are to be Flame Resistant (FR); they should exhibit the following properties when tested in accordance with ASTM D 6413:







  • After Flame



  • After Glow



  • Char Length






QUESTIONS: Any questions for clarification may be emailed to shannon.blackmon@usmc.mil and stephanie.m.broce.civ@army.mil no later than 28 April 2023 by 5:00 p.m. EST. 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.





Responses: Vendors who believe they have footwear solutions capable of meeting the above requirements are requested to submit a short summary, and to the address noted below (no more than 5 pages total per solution).





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.




  • If you hold a GSA Federal Supply Schedule contract, please identify your contract number.







Responses must include the following information specific to each of the footwear solutions 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.





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






  1. A description of the footwear solution being submitted.

  2. Estimated cost per solutions (e.g., cost per pair of boots or gallon of footwear finish/coating)

  3. A material description

  4. Data sheets including:

  5. Footwear solution evaluations

  6. Chemical test data





Respondents may submit up to eight (8) different protective footwear solution candidates but should clearly identify the advantages/disadvantages of each.





The submissions may be used by the Government to assess the performance of the submitted footwear solutions.





Response Due Date: Respondents are requested to provide information by COB 5 May 2023.





Responses to this notice are to be sent to Ms. Shannon Blackmon JPM CBRN Protection and Ms. Stephanie Broce. This notice is for information and sample materials only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists. POCs for this request are Ms. Shannon Blackmon and Ms. Stephanie Broce. Email your questions to the POCs at the following addresses: shannon.blackmon@usmc.mil and stephanie.m.broce.civ@army.mil.


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
  • Apr 07, 2023 02:55 pm EDTSources 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 >