SOURCES SOUGHT
10 -- Next - Generation Individual Protection
- Notice Date
- 4/25/2025 11:13:54 AM
- 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
- W911QYNGIP2025
- Response Due
- 5/26/2025 2:00:00 PM
- Archive Date
- 06/10/2025
- Point of Contact
- Tara Bell, Michael Sieber
- E-Mail Address
-
tara.e.bell@usmc.mil, michael.d.sieber.civ@usmc.mil
(tara.e.bell@usmc.mil, michael.d.sieber.civ@usmc.mil)
- Description
- SYNOPSIS This Sources Sought Announcement is to assist the Joint Project Manager for Chemical Biological Radiological and Nuclear Protection (JPM CBRN Protection) to identify potential sources to provide Chemical/Biological (CB) protective ensembles (i.e., a complete set of personal protective equipment (PPE) designed to protect against specific hazards) that are suitable for use in military/tactical CBRN applications. The system must ultimately be capable of meeting the basic requirements described below. While test data demonstrating capability against the requirements is desired, this data is 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. The Government requests that responses to this Sources Sought be submitted electronically no later than 26 May 2025 by 5 p.m. (EST) to: tara.e.bell@usmc.mil michael.d.sieber.civ@usmc.mil dan.l.adams2.civ@army.mil Physical samples should be sent to: Michael Sieber JPM CBRN Protection 50 Tech Parkway Suite 301 Stafford, VA 22556 Vendors may submit company or product information directly to the Government via Joint Enterprise Technology Tool (JETT) at any time whether or not they respond to the RFI at: https://jacks.jpeocbrnd.army.mil/JETT. BACKGROUND: The Government (JPM CBRN Protection) is in the need of CB protective suit ensembles designs that can provide protection in accordance with the Next-Generation Individual Protection (IP) Joint Service Capability Needs Statement. This effort is exploring options to expedite acquisition and incorporate an incremental development approach. This approach would integrate capabilities onto a common suit ""platform,"" allowing for continuous improvement and avoiding wholesale suit replacements every 30 years. Vendors may be asked to respond to a request to supply enough bolt material and ensembles for testing and/or to a request to supply the new start acquisition program throughout Operation and Sustainment. These ensembles must allow the wearer to be able to conduct various operations from combat to day-to-day operations while maintaining a CB protective posture. These must minimize burdens to the wearer�s mobility in contaminated environments under threat of CBRN exposure. The expectation is that when wearing the ensemble or an ensemble comprised of such materials will enable users to 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 readily available ensembles for CB defense. The objective of this RFI is to determine the availability of non-developmental or readily available CB protective suits that may be suitable for use. While test data demonstrating the capability against the specifications is desired, data is not a requirement for consideration. The government will release a Request for White Papers and host an Industry Day in the near future to support one on one discussions with any potential responders. Further considerations are as follows: Technologies of interest are non-developmental or readily-available ensembles or suits required to provide individual system level protection in a contaminated CB environment Information on associated materials, designs, and accompanying ensemble elements used to comprise a given ensemble should be included in the RFI response; however, this information alone should not be considered as a submission Technologies of interest should be able to be vacuum sealed and stored in an uncontrolled warehouse environment prior to wear without performance degradation Technologies of interest should have the ability to be printed and/or dyed to different colors/patterns specific to the US Armed Forces Technologies of interest having PPE performance certifications such as National Fire Protection Association (NFPA) 1990 (i.e., 1991, 1992, 1994), International Organization for Standardization (ISO) 16602 Type 1-6, or others could be considered but are not required Suits or technologies that are free of per- and polyfluoroalkyl (PFAS) substances are desirable but not required Suits or technologies must be able to be used and interoperate with current US Armed Forces CB protective ensemble elements including boots, mask and gloves Suits must be compliant with Defense Federal Acquisition Regulation Supplement (DFARS) 225.7002-1 Restrictions, which implements 10 U.S.C. 4862 (the �Berry Amendment�). Ensembles may qualify for an exception as provided in subsection DFARS 225.7002(n)) as an item of chemical warfare protective clothing if sourced from a qualifying country as defined by DFARS 225.003. It is essential that the response to the RFI identify if the ensemble is �Berry Amendment� compliant or if it is produced in a qualifying country with the specification of that country. INCREMENTAL APPROACH: JPM CBRN Protection will utilize an incremental approach to find solutions that provide CB protection Increment 1 � Readily-available CB protective suits (Supported by this RFI) Evaluate and acquire non-developmental or readily-available CB protective suits that can provide a rapid solution to inform the threshold requirements. These suits must be able to be produced and delivered in a short timeframe (6 months). Given the rapid need for Increment 1, suits will also need to be interoperable with current US Armed Forces CB protective ensemble elements (i.e., Molded AirBoss Lightweight Overboot (MALO) boots, Joint Service General Purpose Mask (JSGPM) masks M50 and M53A1, and Joint Service Lightweight Integrated Suit Technology Block 2 Glove Upgrade non Flame Resistant (JB2GUnFR) gloves). Down selections for Increment 1 will be completed in three phases over a 36-month period. Phase I will involve material level tests Phase II will involve more advanced material level tests Phase III will involve system level tests Following Phase III there is a possibility that the Government may enter into a procurement for up to 800,000 suits over a multi year period. Further considerations are below: Suits and suit materials should demonstrate protection capability against a minimum of a 2 g/m2 chemical agent protective test (i.e., �challenge�) over 12 hours. Suits must be durable to protect against this challenge after a minimum of 72 hours of �unchallenged� wear time from the following agents: Mustard Agent, Distilled (HD), and Soman Nerve Agent (GD), when tested via either Aerosol, Vapor, Liquid Assessment Group (AVLAG) and/or Chemical Biological Agent Resistance Test (CBART) according to Test Operating Procedure (TOP) 08-2-501A. Suits should also demonstrate capability to protect against a minimum of a 2 g/m2 Nerve Agent (VX) when tested via Low Volatility Agent Permeation (LVAP) after 72 hours of unchallenged wear time according to TOP 8-2-503 Suits should provide vapor system level protection versus 1000 mg-min/m3 exposure challenge requirements when tested according to TOP 10-2-022 Suits should provide aerosol system level protection versus 1000 mg-min/m3 exposure challenge requirements when tested according to TOP 10-2-022 Suits that are considered Flame Resistant (FR) or no melt/drip (NM/ND) are desirable but not required Increment 2 � Complete CB Protective Ensemble (Future Effort - Not supported by this RFI) This developmental effort will focus on whole ensemble systems with associated ensemble elements (gloves, boots, respirators, and/or other elements to maintain individual system protection) that may be tested at higher challenge levels. Submissions for Increment 1 that do not meet the requirements listed in the Description of this RFI or the required 6-month delivery timeframe may be [DA1] resubmitted for Increment 2. Increment 2 is a separate acquisition from the acquisition this RFI supports. Increment 3, - Non-PFAS Ensemble (Future Effort - Not supported by this RFI) This effort will focus on a non-PFAS ensemble. This Increment will be executed if non-PFAS solutions are not found during Increment 1 or Increment 2. JPM CBRN Protection recognizes that non-PFAS treated oil repellent FR fabrics with sufficient chemical resistance to meet threshold requirements might not be a readily-available solution for Increment 1 or Increment 2. Increment 3 is a separate acquisition for the acquisition this RFI supports. INCREMENT 1 DELIVERABLES: Vendors who believe they have a CB protective suit capable of meeting the Increment 1 requirements the description requested to submit a short summary, by the date and to the address noted below (no more than five (5) pages total per submission). The summary will need to include the following general information about the respondent and their proposed technology(ies): Estimated production time to procure 300 suits Estimated cost per suit Range of sizes currently produced (e.g., sizing tariff) Description of materials (e.g., fabrics/films/foils/elastomers/membranes, etc.) comprising a given suit Availability for 5 yds. material in 45 days for Increment 1 Phases I � II testing. Availability for 300 suits within six months for Increment 1 Phase III testing. Description of suit design and interoperability with currently fielded CBRN boots, gloves, and mask items. Company name and address Point of Contact with phone number Unique Entity Identifier (UEI) Commercial and Government Entity Code (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. A statement regarding whether the company would qualify as a Non-traditional Defense Contractor as defined by 10 USC Section 3014. The submissions may be used by the Government to assess the performance of the submitted technologies or systems for functionality as a protective CBRN ensemble. 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 CB ensembles with the above properties to provide sufficient system level protection as described above. DELIVERY DATE: Respondents are requested to provide information no later than 26 May 2025 by 5:00 p.m. (EST). 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 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 US 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 on the https://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 P via e-mail ONLY no later than 26 May 2025 by 5:00 p.m. (EST). Points of Contact (POCs) for this request are Ms. Tara Bell and Mr. Michael Sieber, JPM CBRN Protection, 50 Tech Parkway, Suite 301, Stafford, VA 22556; and Mr. Dan Adams, ACC APG-Natick, General Greene Ave, Natick MA 01760. Email your questions to the POCs at the following addresses: tara.e.bell@usmc.mil michael.d.sieber.civ@usmc.mil dan.l.adams2.civ@army.mil This notice is for information and sample fabric systems only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists. The 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 General Services Administration (GSA) Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to the following POC addresses: Tara.e.bell@usmc.mil mailto: michael.d.sieber.civ@usmc.mil dan.l.adams2.civ@army.mil Clerifications must be submitted no later than 26 May 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. Contracting Office Address: Mr. Dan Adams Contracting and Agreements Officer Army Contracting Command Aberdeen Proving Ground � Natick Division General Greene Ave Natick, MA 01760 Primary Points of Contact: Tara Bell Project Officer tara.e.bell.civ@usmc.mil Michael Sieber Project Officer michael.d.sieber.civ@usmc.mil. Vendors may submit company or product information directly to the Government via Joint Enterprise Technology Tool (JETT) at any time whether or not they respond to the RFI at: https://jacks.jpeocbrnd.army.mil/JETT. [DA1]Implies that the Government will do it without action by the offeror
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fad59d9904c6439d8b87e76157c0545c/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07422385-F 20250427/250425230046 (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 |