Federal Bid

Last Updated on 16 Mar 2010 at 8 AM
Sources Sought
Fort belvoir Virginia

84--Fire Resistant Fuel Handlers Coverall (FR FHC)

Solicitation ID W91CRB10FRFHC
Posted Date 17 Dec 2009 at 8 PM
Archive Date 16 Mar 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort belvoir Virginia United states 22060
The POC for this action is Ms. Stella Lee and the responses to this notice are to be sent to [email protected], or call (410) 436-6083 for further question.

The Product Manager- Soldier Clothing and Individual Equipment (PM-SCIE) is conducting a market investigation to identify domestic suppliers for Fire Resistant Fuel Handlers Coverall (FR FHC) that will protect fuel handlers from direct skin exposure and from saturation of the duty uniform from fuel. The FR FHC shall be fire resistant, comfortable and durable enough to be worn for extended periods and static dissipation shall commensurate industrial safety standards. This effort will consist of two phases: 1) Phase I to search for the fabric that satisfy the programs requirements that is listed below and the fabric will be tested IAW the test methods from American Society for Testing and Materials (ASTM), American Association of Textile Chemists and Colorists (AATCC), and 2) Phase II to manufacture a coverall prototypes made of acceptable fabric from Phase I, and to conduct Burn Injury Prediction test according to ASTM D1930-00 on an instrumented manikin using a 4 second simulated flash fire exposure condition, after 25 washes. This test will be conducted by the North Caroline State University, and will predict the overall body burn percentage. The specification for the coverall, GL-PD 07-11A, dated March 27, 2009, is available. The qualified prototypes will be tested for User test at Ft. Lee, Virginia.

The FR FHC fabric must have the following physical requirements. (1) Fuel penetration resistance shall be tested in two separate manners a) There shall be no leakage of JP8. b) A minimum 12 hours of no penetration of JP-8 fuel of the fabric without any pressure (2) It must be in the Universal Camouflage Pattern (UCP), matching the Army Combat Uniform. (3) It must pass the Vertical Flammability. The fabrics will be evaluated for the fire resistance criteria, such as After Flame, After Glow, and Char Length results both before and after 25 launderings. (4) The weight must not exceed 7.0 oz/square yard. (5) Breaking Strength on average should be Warp 140 lb and Filling 120 lb (min). (6) Tearing Strength on average shall be Warp 5.0 kgf and Filling 5.0 kgf. No individual value shall be less than 4.5 kgf (7) No hydrostatic resistance and no leakage. (8) Evaporative Resistance should be maximum 10 m2pa/w. (9) Moisture Vapor Transmission Rate, should be minimum 4800 g/ms/24hr. (10) Stiffness at 70oF and 0oF should be Warp 0.02 and Fill 0.02. (11) No leakage on water permeability. (12) Spray rating should be 100, 100, 90 for the initial and 100, 90, 90 for the after 5 launderings. (13) Resistance to organic liquid should be no penetration of organic liquid (pass/fail) See test method 7 below for detail. (14) Dimensional Stability (5 cycles) shall be Warp 4% (max) and filling 5.0% (max). (15) Electrostatic decay shall be tested (16) Physical surface appearance test after laundering 20 cycles. (17) Antimicrobial Properties shall be 1 Log reduction of microbes. (18) Color fastness to Laundering (4 cycles) (min) shall be 3 - 4 rating. (19) Colorfastness to Light (40 hrs AFU or 170kJ) (Min) shall be 3 - 4. (20) Colorfastness to Perspiration (acid & alkaline) (min) shall be 3 - 4 rating. (21) Colorfastness to Crocking (min) shall be 3.

Interested firms are requested to submit information on their fabric within thirty (30) days following the publication of this notice. Sources must submit the any key test results regarding vertical flammability test specified in ASTM D6413 or burn injury prediction, according to ASTM D1930-00, if test hass already conducted. Interested sources shall include information regarding a firms experience, personnel, and facilities. Information should include, but not limited too, product cost, technical information (e. g. physical properties, performance characteristics, test methodology (e.g. ASTM, UL), certification/compliance (NFPA, ANSI/OSHA), material identification, and MSDS), illustrations and designs, color availability, warranty terms, relevant company background/experience, ISO 9000 certification, and any other information that the company believes demonstrates the value of their product(s) and ability to meet the requirements. The POC for this action is Ms. Stella Lee and the responses to this notice are to be sent to [email protected], or call her at phone (410) 436-6083 for further question. This notice is for a market survey only. THIS IS NOT A REQUEST FOR QUOTATIONS. This announcement in no way obligates the government to make any awards.
Bid Protests Not Available

Similar Past Bids

Washington Not Specified
Tucson Arizona 29 Jul 2011 at 11 PM
Snohomish Washington 05 Aug 2021 at 4 AM
Location Unknown 01 Dec 2003 at 5 AM
Puget sound Washington 22 Oct 2019 at 9 PM

Similar Opportunities

Texarkana Texas 08 Jul 2025 at 6 PM
Texarkana Texas 08 Jul 2025 at 6 PM
Philadelphia Pennsylvania 07 Jul 2025 at 7 PM
Kansas city Missouri 30 Aug 2025 at 4 AM (estimated)