RFI - PEO Soldier - IHPS Suspension Systems

Agency:
State: Federal
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159748724336419
Posted Date: Dec 5, 2023
Due Date: Jan 5, 2024
Source: Members Only
Follow
RFI - PEO Soldier - IHPS Suspension Systems
Active
Contract Opportunity
Notice ID
W91CRB_RFI_IHPS_Suspension
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
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 05, 2023 02:28 pm EST
  • Original Response Date: Jan 05, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
Description

Request for Information (RFI)



PEO Soldier Soldier Survivability (SSV) Soldier Protective Equipment (SPE)



Integrated Head Protection System (IHPS) Suspension System







1.0 Description





1.1 Product Manager, Soldier Protective Equipment (PdM SPE) is seeking information on the availability and capabilities of industry to manufacture the Integrated Head Protection System (IHPS) Suspension System.





1.2 This RFI is solely for information and planning purposes to support a production decision – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government is currently planning future efforts for the IHPS components; however, solicitations are not available at this time and any requests for a solicitation will not receive a response. This notice does not constitute a commitment by the Government to contract for any supply or service, however, the Government may purchase production samples based on Industry responses. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government will allow vendors who do not respond to this RFI to participate in any future RFP issued on this system. If the Government releases a solicitation, it will be synopsized on the official U.S. government website at https://sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this request.





1.3 The purpose of this RFI is to identify and determine capabilities in the existing marketplace, as well as understand the level of interest of potential sources in future solicitations that the Government may release for this effort. An affirmative statement must be included in any response provided to the Government regarding the respondent’s intention to participate in any future solicitations either as a prime contractor or supplier for the IHPS Suspension System. The Government is requesting White Papers solely for internal Government purposes and to further develop or refine Statement of Work (SOW) requirements. The Government will take appropriate measures in the management of the information received in response to this RFI and will store the documentation in accordance with Government standards to prevent the dissemination of any sensitive information to the public.





1.4 This RFI is collecting information from vendors to determine the readiness, capability, and timeframe of interested IHPS component manufacturers and their intentions to participate in a potential competitive acquisition for the IHPS Suspension Systems.







2.0 Technical Requirements





2.1 Proposed Suspension Systems must meet the following requirements:





Blunt Impact Protection at 10 ft/s: The finished helmet (ACH, ECH, or IHPS equivalent) shall provide non-ballistic impact protection to the Soldier by reducing acceleration of the head during low velocity blunt impact events at ambient temperatures (68°F (± 10°F)).





3.0 Responses





3.1 Interested parties shall respond to this RFI with a White Paper.





3.2 White papers in the latest version of Microsoft Word for Office compatible format or Adobe Portable Document Format (pdf) are due no later than 30 calendar days after the posting of this RFI. Responses shall be limited to 30 pages and submitted via e-mail only. Submit responses to:



Product Manager (PdM), Soldier Protective Equipment (SPE)



10125 Kingman Road, BLDG 317



Fort Belvoir, VA 22060



ATTN: MAJ Matt Nulk, Head Protection APM, matthew.p.nulk.mil@army.mil, 703-223-1871.



Vendors will minimize proprietary information contained in responses and clearly mark any proprietary information included in their response. To aid the Government, vendors will segregate proprietary information. All submissions become Government property and will not be returned.





3.2.1 Program/Technical Points of Contact:






  1. - MAJ Matt Nulk, Head Protection APM, matthew.p.nulk.mil@army.mil, (703) 223-1871

  2. - Mr. Alex de Groot, Lead Engineer, alex.l.degroot.civ@mail.mil, (703) 704-3309





3.3 The White Paper submission must address the requirements in Sections 2.1 and 3.4.1 and include the following information:





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





3.3.2 Business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUB Zone 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 315990 Apparel Accessories and Other Apparel 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 Code of Federal Regulations (CFR) 13 CFR part 121, Small Business Size Regulations. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 500 employees. The Government cautions respondents that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19, Small Business Programs, for additional detailed information on Small Business Size Standards. The FAR is available at http://www. acquisition.gov/.





3.4 Additional Required Information.





3.4.1 The Government is requesting that respondents provide the following information:






  • Product Overview: Respondents shall provide an overview of the product to include but not limited to product nomenclature, cost per unit, number of sizes offered, weight, attachment method, and perceived comfort, stability, weight distribution, heat dissipation, moisture evaporation, etc.

  • Blunt Impact Protection at 10 ft/s: Respondents shall provide data and/or a narrative indicating blunt impact protection levels on Advanced Combat Helmets or commercially equivalent helmets. It is preferred, but not required to describe protection for 10 ft/s performance at approximately 14°F, 68°F, and 130°F by helmet shell size and type. Any data indicating performance at 14 ft/s is desirable.

  • Manufacturing Capability: Respondents must address monthly and annual production capabilities for the Government to assess the ability to meet current and planned future deployment schedules. Respondents should indicate their minimum monthly sustainment as well as their maximum monthly production rate.

  • Buy American Act Compliance: Respondents shall indicate whether the product complies with FAR 52.225-1, Buy American –Supplies.

  • Berry Amendment Compliance: Respondents shall indicate whether the product complies with the “Berry Amendment,” in that all applicable components of the item are to be “grown, reprocessed, reused, or wholly produced in the United States.” Reference DFARS Clause 252.225-7012 (Preference for Certain Domestic Commodities).

  • ISO 9001:2015 Compliance: Respondents shall indicate whether their Quality Management System is in compliance with the requirements of the International Standards Organization (ISO) 9001:2015, Quality Management Systems. If certified by a third party, respondents may provide proof of certification.

  • Past Performance: Respondents shall provide a narrative of work performed on previous Government contracts.

  • Commercial Warranty: Respondents shall indicate their typical or anticipated commercial warranty offered on the proposed product.

  • AbilityOne: Respondents shall indicate their ability to work with AbilityOne partners as the Suspension System is on the Federal Procurement List.





4.0 Summary





THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to collect information and identify sources that can meet requirements for a combat helmet suspension system as described in the Section 2.1. The information provided in this RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed in this RFI. Vendors should not construe the Government’s release of this RFI as a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions immediately become property of the Government and will not be returned.


Attachments/Links
Contact Information
Contracting Office Address
  • 6515 INTEGRITY COURT
  • ABERDEEN PROVING GROU , MD 21005-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 05, 2023 02:28 pm ESTSources 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 >