Massachusetts Bids > Bid Detail

RFI-Uniform Integrated Protective Ensemble Family of Systems Hood/Mask Interface (UIPE FoS HMI)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159687309861102
Posted Date: Jun 23, 2023
Due Date: Jul 31, 2023
Solicitation No: RFI-UniformIntegratedProtectiveEnsembleFamilyOfSystemsHood-MaskInterface
Source: https://sam.gov/opp/a35ddfd08a...
Follow
RFI-Uniform Integrated Protective Ensemble Family of Systems Hood/Mask Interface (UIPE FoS HMI)
Active
Contract Opportunity
Notice ID
RFI-UniformIntegratedProtectiveEnsembleFamilyOfSystemsHood-MaskInterface
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 23, 2023 12:15 pm EDT
  • Original Published Date: Jun 23, 2023 12:12 pm EDT
  • Updated Response Date: Jul 31, 2023 05:00 pm EDT
  • Original Response Date: Jul 31, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 15, 2023
  • Original Inactive Date: Aug 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies 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 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 Thomas Kloehn Thomas.kloehn@usmc.mil no later than July 31, 2023, 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 hood and mask interface solutions and production of government owned interface solutions. Currently fielded Chemical and Biological (CB) ground masks, such as the Joint Service General Purpose Mask (JSGPM) M50/M51 and M53/M53A1 CB Mask, were developed and fielded independent of a CB protective ensemble. While fielded masks offer technological improvements, respirators require optimization to improve vapor/aerosol permeation performance at the hood/mask interface region when donned with protective ensembles. The Uniform Integrated Protective Ensemble Family of Systems Hood/Mask Interface (UIPE FoS HMI) Program is responsible for providing an interface solution between currently fielded CB ground masks and fielded and future CBRNE protective garments. These include the Uniform Integrated Protective Ensemble Family of Systems General Purpose (UIPE FoS GP) suit and JSGPM M50/M51 and M53/M53A1 CB Mask and the Joint Service Lightweight Integrated Suit Technology (JSLIST) and the JSGPM M50/51.





The purpose of this Sources Sought Announcement is to solicit information on the current availability, developmental solutions, production status of prototype interface solutions and/or production of interface solutions based on government owned technical data. Responses should discuss prototype solutions to integrate the JSGPM M50/M51, M53/M53A1 CB mask with the UIPE FOS GP and JSLIST hood. Solutions will need to improve the interface between masks and the UIPE FOS GP and JSLIST suit hood to improve vapor/aerosol permeation performance of the combined donned suit and mask. Solutions should not negatively impact the current performance of the masks and suit. Production capability responses should discuss the ability to produce interface solution using Government owned technical data or designs.



RESPONSES: Responses should include as much of the following information available:




  1. Manufacturer

  2. Product name

  3. Interface Solution

  4. Estimated unit cost for a complete system

  5. Production capability

  6. Product Description to include:







  • Description of interface solution and materiel composition, including estimated technology readiness level and/or manufacturing readiness level.




  • Manufacturing details including any unique manufacturing techniques (ex. injection molding), location, and manufacturing readiness levels.







  • Test plans, reports, and any other relevant documentation to support claimed performance characteristics including CBRN protection (vapor/aerosol permeation performance) and interoperability performance.




  • 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/systems.





It is requested that respondents having systems 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 Thomas Kloehn Thomas.kloehn@usmc.mil no later than July 13, 2023, 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 Thomas Kloehn Thomas.kloehn@usmc.mil no later than July 31, 2023, 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.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >