Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

A -- Final design improvements, fabrication of demonstration models, and written report plus presentation on Phase 1.D accomplishments for the Advanced Combat Uniform (ACU) Version 1.0 concept.

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-XX-X-0008
 
Response Due
5/28/2002
 
Archive Date
6/27/2002
 
Point of Contact
Scott Tyler, (508) 233-4339
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(scott.tyler@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Robert Morris Acquisition Center-Natick (USARMAC-N), Natick, MA, in support of the Program Executive Office ? Soldier, Product Manager ? Soldier Equipment, Fort Belvoir, VA, intends to conduct negotiations and award a contract to Exponent, 149 Commonwealth Drive, Menlo Park, CA 94025, on the basis of other than full and open competition in accordance with Federal Acquisition Regulation part 6.302-1. This acquisition involves the continuation of work on the Advanced Combat Uniform (ACU), buildin g on the performance and design concepts developed in Phases 1A, 1B, and 1C by Exponent. Exponent has been involved in concept exploration and development of the ACU and is uniquely qualified to meet the goals of this acquisition. Award to another company would result in duplication of costs and delay the development of this program. This is not a request for competitive proposals. However, the government will consider all proposals received within 45 days after the date of publication of this synopsis. A determination by the Government not to compete this proposed contract is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Interes ted parties may identify their interest and capability to respond to this requirement by mailing information to US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division, Bldg 1, Kansas Street, Natick, MA 01760-5011, no late r than close of business 24 May 2002. The ACU concept configuration consists of a five (5) layered system composed of an under layer(s), a battlewear layer, a chemical/biological protective layer, an insulation layer(s), and a cold/wet protective outer l ayer. The insulation layer and cold/wet protective outer layer will be procured under a separate initiative. The contractor shall furnish the necessary services, personnel, equipment, facilities and supplies plus conduct all other actions necessary for o r incident to the performance of the work set forth for Phase 1.D. The Contractor shall use Phase 1.C. components, working group findings, Government Furnished Equipment/Information, and Concept Readiness Review results to fabricate and deliver ACU demons tration models containing the following core components and quantities: 1) Under Layer: short and long (Quantity 12), 2) Under Layer: biosensor top (Quantity 12), 3) Battlewear Layer: Battlewear Uniform with knee/elbow reinforcements and tourniquets (Q uantity 12), 4) Battlewear Layer: Body armor ACU configuration (Quantity 12), 5) Chemical/Biological Layer: ACU configuration worn under the Battlewear Layer (Quantity 6). During the first part of Phase 1.D., the contractor shall plan, organize, facili tate, and document Government/Contractor working groups to gain operational and configuration information to finalize the ACU Version 1.0 concept. The working groups shall be composed of both Government and contractor personnel who shall assess and recomm end technologies along with component and system configuration improvements for the core components and the optional component. These working groups shall meet primarily during the first part of Phase I.D. (prior to the Concept Readiness Review), but may also meet throughout the Phase 1.D. contract duration. A minimum of seven (7) working groups shall be established to address the following topics and issues: 1) user needs; 2) system architecture design, integration, and assessment; 3) body armor configur ation; 4) chemical/biological garment configuration; 5) material performance requirements; 6) medical aids - biosensors/tourniquet; and 7) sizing/tariff. Additional working groups may be formed as necessary. The contractor shall provide weekly Progress/St atus Reports to the Contracting Officer with copies furnished to the Contracting Officer?s Representative and the Assistant Product Manager. The contractor shal l present the final concept design and configuration of the ACU demonstration model core components and option items no later than 60 days, at the Concept Readiness Review. The Government shall provide written authorization to proceed to fabricate the co re demonstration models and approved options within seven (7) working days. The contractor may not proceed without written notification from the Contracting Officer. After receipt of authorization to proceed, the contractor shall employ Government Furnis hed Equipment (GFE), Government Furnished Information (GFI), and Concept Readiness Review recommendations to fabricate and deliver the demonstration model core components and options, no later than 90 days after receiving authorization, at the Concept Comp letion Review. The contractor will brief the Government on the demonstration models and provide an executive summary on the configuration management and working group findings at this review. See Note 22.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00057285-W 20020413/020411213448 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.