The RFP Database
New business relationships start here

Cold Temperature and Artic Protective System (CTAPS)


Massachusetts, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This Sources Sought Announcement is to assist the Combat Capabilities Development Command-Solider Center (CCDC-SC) to identify potential sources interested in and capable of conducting a front end analysis under the Cold Temperature and Artic Protective System (CTAPS) project.

The Government requests that responses be submitted electronically to mary.k.prebensen.civ@mail.mil and kate.c.young.civ@mail.mil by May 1, 2019 by 5pm EST.


Background: CTAPS is a soldier head to toe clothing ensemble with -65 to +45F environmental protection. The CTAPS objective shall improve the cold weather soldiers' survivability, mobility and lethality potential in the fewest number of clothing layers with increased utility that allow soldiers to configure the clothing protection to match their activity in environment conditions from -65 to 45F. The analysis to date has identified performance gaps and is now examining new technology and design improvements to quantify capability advancements over the Army's 2000 era Generation III Extended Cold Weather Clothing System (ECWCS Gen III). While CCDC-SC evaluated April 2017 submissions received from a CTAPS RFI, CCDC-SC is now proceeding with concepts and improvements on cold weather uniforms to quantify what advancements can be achieved over the ECWCS Gen III system. The findings from this effort and others shall lead to a complete integrated clothing ensemble for winter 2020 field testing. The FY19 field test results shall inform the requirements and acquisition entities of CTAPS capability advancements to determine if Army full scale development and fielding will be pursued.


Request for Information: US Army Combat Capabilities Development Command-Solider Center (CCDC-SC) is assessing the industry market for waterproof outershell materials that could be characterized as highly breathable and/or have high wind resistance when compared to current material used in Extended Cold Weather Clothing System (ECWCS). The material should be lightweight, durable, move moisture away from the body, be packable and have low noise. The physical qualities in the attached document are of interest but not limited to those. The material color preference is Operational Camouflage Pattern (OCP).


Interested sources may submit any combination of material samples (textiles) or end item samples (garments) along with technical information as outlined in item (a) below. The samples will be degraded or destroyed during evaluation and will not be returned to the vendor. If a source chooses to submit samples, no payment will be made by the Government for such samples. The following information shall be included in the written response:
a. A material/product description to include: fiber blend percentages, finishes, and Berry compliance (or Berry compliant potential) documentation. The supplier must identify the technical parameters of materials and end items with documented test/analysis information as available that would substantiate capability advancement compared to the required physical properties and additional standard test matrix list. If the required colors are not submitted, the manufacturer must provide information that the materials can be successfully dyed and printed in the required colors. If a supplier submits multiple materials or samples to fulfill a requirement, they must identify the advantage/disadvantages of their competing products.
b. The finished cloth or end item shall not present a dermal health hazard when used as intended and tested. The vendor must furnish information, which certifies that the finished product is composed of materials, which have been safely used commercially or provided sufficient toxicity data to show compatibility with prolonged, direct skin contact.
c. Company address, telephone number, primary contact(s) with e-mail address(es).
d. Business size (i.e., small/large/HUBZone), and Cage/DUNS numbers.
e. Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein. This can also include current or past performance of providing this or similar products to the Government.
f. All assumptions, including any assumed/required Government support.
g. One yard sample or minimum of two 8" x 10" samples of each submitted fabric. One sample minimum (size M) for an end item. Fabric and/or garment is not required. Shipping address is: Attn: Kate Young, FCDD-SCP-WC, 10 General Greene Ave., Building 4 Rm 205, Natick, MA 01760.
h. Provide an estimated unit cost (linear yards for fabric or material and unit item cost for end item). Identify if there is any unusual lead time or intellectual property/data rights restrictions.

Based on the results of the RFI, the Government may put out a solicitation for the purchase of up to 100 yards of material for additional prototype development and additional end items.

The findings from this Market Research effort may influence future solicitations related to this requirement. This Market Research is not a solicitation and the Government is not requesting proposals at this time. This is a Request for Information and does not constitute a solicitation or request for proposals. This is a market survey for planning purposes only. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. The information received under this announcement may be used for developing an acquisition strategy and refining operational requirements. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS WORD and/or MS EXCEL or PDF format will be rejected. Capability Statements should include: a minimum and maximum delivery schedule, business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products, the ability to modify existing products and/or develop new products that could meet the requirements described herein.

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 on the Federal Business Opportunities (FedBizOpps) 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 the CCDC-SC via e-mail ONLY to mary.k.prebensen.civ@mail.mil and kate.c.young.civ@mail.mil no later than May 1, 2019 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 mary.k.prebensen.civ@mail.mil and kate.c.young.civ@mail.mil no later than April 10, 2019 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.


Mary Prebensen, Program Acquisition Specialist, Email mary.k.prebensen.civ@mail.mil - Kate Young, Email kate.c.young.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP