Massachusetts Bids > Bid Detail

Request for Information - Chemical/Biological Protective Textile

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 10 - Weapons
Opps ID: NBD00159721916885717
Posted Date: Apr 3, 2023
Due Date: May 3, 2023
Solicitation No: RFIChemical-BiologicalProtectiveTextile
Source: https://sam.gov/opp/dd3b020d84...
Follow
Request for Information - Chemical/Biological Protective Textile
Active
Contract Opportunity
Notice ID
RFIChemical-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 03, 2023 04:04 pm EDT
  • Original Response Date: May 03, 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:
    • 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 potential sources to provide chemical/biological protective textile composites that will be suitable for use in the Uniform integrated Protection Ensemble Family of Systems (UIPE FoS) General Purpose (GP) garment. The material must be capable of meeting the basic requirements 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. 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.





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 tara.e.bell@usmc.mil and Natalie.l.pomerantz.civ@army.mil by 3 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 the need of chemical/biological (CB) protective materials that can provide protection in accordance with the requirements of the Uniform integrated Protection Ensemble Family of Systems (UIPE FoS) General Purpose (GP) acquisition program.





The material needed for the UIPE FoS GP garment 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 material used for the UIPE FoS GP garment must minimize burdens to the wearer’s mobility in contaminated environments under threat of CBRN exposure. The expectation is that the UIPE FoS GP garment 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.





Flame Resistant (FR) composites, no melt/no drip composites and non FR composites are sought.





Description: JPM CBRN Protection is requesting information on commercially-available or developmental fabric composites 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 composites that may be suitable for use in the UIPE FoS GP garment. 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 woven, knit, and non-woven fabric composites.




  • Material composite 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 material composite should provide system level aerosol protection of at least 4000 CT (concentration) as a garment. In order to ensure the garment standard is met, the material composite should have a filtration efficiency of >90% at a particle size of 0.3 microns with a face velocity of 5.3 cm/s at standard room temperature and humidity.




  • The material composite should have a Water Vapor Transmission Rate (WVTR) of at least 850 g/m2/day when tested in accordance with ASTM E 96 Proc B.




  • Desired weight of the material composite should not exceed 18.3 oz/yd2 when tested in accordance with ASTM D 3776 (Method C)




  • Desired thickness of the material composite should not exceed 0.051 inches when tested in accordance with ASTM D 1777 at 0.6 psi.




  • 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 D 6413.







  • 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






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 address 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.





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




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

    • Estimated cost per linear yard.



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

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

    • Any finishes added to the fabric 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





Respondents may submit up to eight (8) different material 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 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 the 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 3 May 2023.





Responses to this notice are to be sent to Ms. Tara Bell JPM CBRN Protection and Dr. Natalie Pomerantz DEVCOM SC, 15 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. POCs for this request are Ms. Tara Bell and Dr. Natalie Pomerantz. Email your questions to the POCs at the following addresses: tara.e.bell@usmc.mil and natalie.l.pomerantz.civ@army.mil.





Government Furnished Property: N/A





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 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 JPM CBRN Protection via e-mail ONLY to contracting POC, tara.e.bell@usmc.mil and natalie.l.pomerantz.civ@army.mil no later than 3 May 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.





QUESTIONS:

Any questions for clarification may be emailed to contracting POC, tara.e.bell@usmc.mil and natalie.l.pomerantz.civ@army.mil no later than 3 May 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.





Primary Points of Contact: Natalie.l.pomerantz.civ@army.mil and tara.e.bell@usmc.mil



Project Officer Names: Dr. Natalie Pomerantz and Ms. Tara Bell.





One additional way to connect and collaborate with the JPM CBRN Protection on Chemical/Biological Protective Textiles:



Submit product information directly to the government via JETT: https://jacks.jpeocbrnd.army.mil/JETT



To submit product information, visit the Joint Enterprise Technology Tool (JETT): A new conduit to directly connect with JPEO-CBRND! JETT is a web-based software application, optimized for industry engagement to connect your company with the right Government contact. To submit products connected relevant to the RFI, select JPM CBRN Protection once on the JETT. Visit JETT: https://jacks.jpeocbrnd.army.mil/JETT


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
  • Apr 03, 2023 04:04 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 >