News

Emergency Survival Shelter Sleep System

Type of document: Contract Notice
Country: United States

Emergency Survival Shelter Sleep System

Agency:
Department of the Air Force

Contact:
Regina C. Blue, Contracting Officer, Phone 3184568295, Email regina.blue@us.af.mil тАУ Patrick A. Graham, Procuring Contracting Officer, Phone 3184561386, Email patrick.graham@us.af.mil

Link:

Date Posted:
20/04/2017

Classification:
99

Contract Description:

REQUST FOR INFORMATION
Emergency Survival Shelter Sleep System (ESSSS)
For
Air Force Global Strike Command (AFGSC)

This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise as a result of a contractorтАЩs submission of a response to this announcement or the GovernmentтАЩs use of such information. AFICA/KGQ located at Barksdale AFB, LA is seeking viable sources that can produce and deliver an Emergency Survival Shelter Sleep Systems (ESSSS) specifically designed to be used in B-52 CNU-129/P Survival Kits, B-52 ML-4 Survival Kits, and B-1 ACES II Survival Kits. The systems are vacuumed packed in aircraft specific variant/configurations (length, width, height, and shape) to meet survival kit space requirements. This system is designed to be a multi-functional all-weather- global тАУ survival-clothing тАУ shelter тАУ sleeping system for aircrew members to be used in a survival situation.

The system augments the equipment worn by the aircrew member once they have ejected/bailed out/crash landed the aircraft. The system increases performance of the aircrew member in a survival situation and reduces Personnel Recovery (PR) risks in both peacetime and hostile environments.

The system must have the below attributes: (Design specifications for each variant are attached)
тАв Fire resistance/fire proof
тАв Waterproof/Weather proof
тАв Adaptable
тАв Multi-purpose
o Clothing: Designed to be worn over flight clothing after ejection/bailout/crash landing, enhance survivability by creating an outside layer of sleeping bag material around the aircrew member. One size fits all design.
o Components: Poncho, Pants, Mittens, Boot Covers Balaclava, Stuff Sack/Compression Sack
o Shelter: Designed to provide protection to the aircrew member by using components of the system to create shelter from the elements.
o Evasion: Designed to conceal/disguise the aircrew member by having them blend in with their surroundings. Use of Operations Enduring Freedom camouflage pattern is required to provide a global capability.
o Travel/mobile: Designed to enable the aircrew member move and or travel while wearing the system dependent on the situation.
o Signaling: Designed to provide both passive and non-passive signaling capability.
тАв Total System Weight: Is dependent on variant (see design specification sheets)
тАв Vacuum pack: Double bagged and formed to the specific shape required for the survival kit to be used in (CNU-129/P, ML-4, and B-1 ACES II). Design specifications attached.
тАв The provided system shall include a minimum one (1) year manufacturerтАЩs warranty from the acceptance of the item.

As part of the solicitation process, the contracting activity may require a bid sample of one (1) of each variant be delivered to the address referenced in the RFP no later than (NLT) thirty (30) days after contract award. There is a potential for the Government to require testing of the bid sample in order to make sure the items meet standards prior to making a full order. If testing is required, it will be completed by the Government. Testing will including field testing to verify the delivery units comply with the above specifications.
Please also provide a capability statement as part of the information provided in response to this sources sought and whether the company you represent is a small business.

The information sought in this RFI includes the North American Industry Classification System (NAICS) Code 339999, All Other Miscellaneous Manufacturing , with a small business size standard of 500 employees. The information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. If your company believes there is a more suitable NAICS Code that can be used, please provide that information in your response.

The Government reserves the right to determine if a SB set-aside is appropriate, as well as one of the targeted socio-economic programs (HUBZone small business, Small Business Administration (SBA) subcontractors referred to as тАЬ8(a)тАЭ contractors eligible under Section 8(a) of the Small Business Act (15 U.S.C. 637(a)), or Service Disabled Veteran Owned Small Business), based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this effort.

Response Date:
050417

Sol Number:
FA6800-17-RFI-ESSSS

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy