News

N61331-20-CH-01, RFI for NAVSEA CHEMBIO DEFENSE & BALLISTIC PERSONAL PROTECTION PROJECT

Type of document: Contract Notice
Country: United States

N61331-20-CH-01, RFI for NAVSEA CHEMBIO DEFENSE & BALLISTIC PERSONAL PROTECTION PROJECT

Agency:
Department of the Navy

Official Address:
110 Vernon Avenue Panama City FL 32407

Zip Code:
32407

Contact:
Courtney I. Henslee, Contract Specialist, Phone 8502355354, Email courtney.henslee@navy.mil – Linda Hawthorne, Contract Specialist, Phone 8502355386, Email linda.hawthorne@navy.mil

Link:

Date Posted:
18/10/2019

Classification:
42

Contract Description:

Amendment 01: Question Posed by Industry
Question:
 Provide some clarification as to the requirements of this RFI. There seems to be some conflict between the title of the RFI and the actual requirement, regarding ballistic protection (BPP). Moreover there are no requirements identified for the BPP, only the CBD.

“The Naval Surface Warfare Center Panama City Division (NSWC PCD) in support of the Naval Sea Systems Command Chemical Biological Defense and Ballistic Personal Protection (NAVSEA CBD & BPP) Project is seeking information on how an interested contractor could provide an over garment that provides percutaneous protection to the shipboard Sailor from Chemical/Biological (CB) warfare agents and other hazardous materials which may be employed against them to cause injuries.”

 Can you please clarify if ballistic protection is a requirement (if so at what level), or is it an integration concern with an over garment CBRN suit?

Answer:  There is no ballistic personal protection requirement. The reference is limited to the name of a project team to which the Government personnel are assigned.

__________________________________________________________________
N61331-20-CH-01
REQUEST FOR INFORMATION (RFI)
FOR
NAVAL SEA SYSTEMS COMMAND CHEMICAL BIOLOGICAL DEFENSE & BALLISTIC PERSONAL PROTECTION PROJECT

1.0 Description

1.1 The Naval Surface Warfare Center Panama City Division (NSWC PCD) in support of the Naval Sea Systems Command Chemical Biological Defense and Ballistic Personal Protection (NAVSEA CBD & BPP) Project is seeking information on how an interested contractor could provide an overgarment that provides percutaneous protection to the shipboard Sailor from Chemical/Biological (CB) warfare agents and other hazardous materials which may be employed against them to cause injuries. The overgarment shall allow Sailors to perform all necessary tasks without degrading performance or increasing the risk of heat related injuries. NSWC PCD is looking for information on mature fire retardant technology that can be used aboard ship with legacy Chem/Bio protective military masks, gloves and overboots.

1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Navy is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

2.0 Background

The mission of the NAVSEA CBD & BPP project is to ensure that Navy forces have the capability to operate effectively and decisively in the face of CB and Ballistic threats in both warfighter and homeland security missions.

Our equipment is designed, developed, and delivered with the sole purpose of preserving human life. We are committed to providing a rapid and effective response to emerging Navy needs as new risks are identified within a dynamic threat environment – both CONUS and OCONUS. We are committed to providing the best product available and maintain an active role in the product improvement process. We continue to design, develop, and implement enhancements in capability, reductions in total ownership (life cycle) costs and integration of new technology where appropriate.

We ensure that a comprehensive logistics support infrastructure is established and maintained to provide long-term product quality and effectiveness. This includes the delivery, fielding, and training of new products and product improvements. It also includes the refurbishment and retrofit of existing products and evaluation of maintenance and repair procedures. Each activity contributes to our overall goal of promoting the highest level of operator safety.

Primary responsibility for our product line belongs to The Extreme Environment Life Support Branch, within the Maritime Mission Systems Division. Our engineering assignments include all non-aviation personal protection equipment for protection against chemical, biological, radiological threats or against ballistic threats. Our customers include all U.S. Navy afloat and ashore forces.

Protective ensembles are provided to U.S. Navy forward deployed and deploying forces. We ensure that fully serviceable gear is issued to ensure continued operations during increasing Mission Oriented Protective Posture levels and Anti-Terrorism Afloat operations. CBD protective equipment includes protective coats and trousers, boots, gloves, and masks.

2.1 Planned Production:

The magnitude of need spans Navy deployers from all Warfare Enterprises and Enabler Commands. Therefore, the total U.S. Navy requirement could be between 250,000 and 600,000.

2.2 Delivery Period:

Initial fielding is anticipated to span from 3 years to 5 years.

2.3 Limitations:

The proposed solution shall:

• Provide permeation resistance against Nerve and Blister Agents (e.g. HD, GD, and VX).
• Have a minimum 5-year shelf-life and 8 hour service life once contaminated.
• Be manufactured with lot control and tracking
• Can be decontaminated and compatible with the M295 Decontamination Kit, Reactive Skin Decontamination Lotion, and the Joint Service Equipment Wipe
• Take the form of an ancillary item that can be centrally sustained from existing Navy centralized sustainment facilities.

2.4 Security Requirements:

For Official Use Only – No Foreign Release

3.0 Requested Information

1) Description and maturity level of garments and concept of use in CB environment
2) Summary of prior testing
3) Test reports and other documentation to support claimed performance characteristics such as CB protection (challenge level, protection time), Fire Retardency, durability (estimated maximum hours of unchallenged wear) and shelf life.
4) Unique test methods required to assess performance
5) Unique manufacturing techniques, manufacturing location, and manufacturing readiness level
6) Current availability of product
7) Current use of product (i.e., where and how it is currently used)
8) Source of product, including compliance with Berry Amendment and Buy America Act.
9) Representative samples
10) Price of product
11) Packaging, handling, storage and transportation requirements/procedures
12) Company name, address, identification of business size (less than 500 employees shall be considered “small”), and point of contact information (name, phone number, & email address) of the vendor responding to the RFI..

4.0 Responses

4.1 Interested parties are requested to respond to this RFI with a white paper. Only prime contractors should respond. Both large and small businesses, pursuant to the size status for NAICS Code 339113, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable.

4.2 White papers in Microsoft Word for Office 2000 compatible format are due 09 December 2019. Responses shall be limited to 10 pages for Section 2 and submitted via e-mail only to Courtney.henslee@navy.mil. All tables and test data referenced in Section 2 shall be included as appendices after Section 2 and shall not count towards the 10-page limitation. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

4.3 Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:

4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.

4.3.2. Recommended contracting strategy.

4.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 339113, Surgical Appliance and Supplies Manufacturing. “Small business concern” means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121.

4.3.4 The facility security clearance of the offeror.

The number of pages in Section 1 of the white paper shall not be included in the 10-page limitation, i.e., the 10-page limitation applies only to Section 2 of the white paper.

4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages (not including Appendices).

4.5 Appendices of the white paper shall be included for all referenced tables and test data discussed in Section 2.

5.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Courtney.henslee@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to FedBizOpps, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 06 November 2019 will be answered.

6.0 Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide an overgarment that provides percutaneous protection to the shipboard Sailor from Chemical/Biological (CB) warfare agents and other hazardous materials. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published via federal Business Opportunities (FedBizOpps).

FSC: 4240
NAICS: 339113
Size Standard: 750 employees

Response Date:
120919

Sol Number:
N61331-20-CH-01

 

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 – 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