Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
SOLICITATION NOTICE

84 -- Maritime Assault Suit

Notice Date
5/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-03-R-0016
 
Response Due
5/21/2003
 
Archive Date
7/20/2003
 
Point of Contact
Kimberly Chamberlain, 508-233-5922
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(Kimberly.Chamberlain@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The U.S. Army Robert Morris Acquisition Center-Natick Contracting Division on behalf of the U.S. Army Soldier Systems Center (US Army -SSC), Natick, MA, has a requirement for a Maritime Assault Suit (MAS). The MAS shall consist of an over-garment and neck ring, which can be used as a combat suit in maritime, terrestrial, airborne, shipboard, and transitional environments by the U.S Navy SEALs. This is a competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and utilizing the procedures at FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the MAS; proposals are being r equested and a written solicitation will not be issued. The solicitation number for this acquisition is DAAD16-03-R-0016. This document incorporates Provisions and Clauses in effect through Federal Acquisition Circular 2001-13. This acquisition is a one hundred percent (100%) set-aside for Small Business. The applicable NAICS Code for this acquisition is 315999 with a size standard of 500. The contract line item numbers (CLIN) for this acquisition are: CLIN 0001, MASS Over-garm ent, field repair kit, and neck ring; CLIN 0002, Non-Warranted Repairs; CLIN 0003 Replacement Parts (subCLINs are as follows: 0003AA Zipper Replacement Front Entry; 0003AB Zipper Replacement Outlet; 0003AC Gasket Wrist; 0003AD Gasket Neck; 0003AE Socks) . A single Firm-Fixed-Price/Indefinite Delivery Indefinite Quantity (IDIQ) contract with one (1) five-year ordering period is contemplated for this action. The over-garment material must be Gore-Tex part number WKAX143604E, or equal. Materials submitted as an or equal will undergo the following Material Evaluation procedures IAW standard ASTM (American Standard Test Methods) for verification of threshold perf ormance: Weight (8.5 oz/linear yard or less IAW ASTM D3776), Abrasion (7500 cycles or greater IAW ASTM D3884), Abrasion with Flex (not less than 1,000 cycles IAW ASTM D 3885), Break Strength (not less than 325 lbs./Warp or 250 lbs Fill IAW ASTM D 5034), Te ar Strength (not less than 12.5 lbs./Warp or 9.0 lbs Fill IAW ASTM D 1424), and Moisture Vapor Transmission Rate (MVTR greater than 650 IAW ASTM E 96, procedure B). All proposed items with the Gore-Tex Part Number WKAX143604E shall automatically pass Mate rial Evaluation. The MAS shall be lightweight (NTE 5lbs), durable, breathable, waterproof, compatible with individual equipment, low-noise and be gray-green in color. The MASS shall have neck and wrist damns, fitted socks, integrated kneepads, and adequate pockets for sto rage of items. Pockets shall be in places easily accessible while wearing individual equipment. The MAS fabric shall be field repairable and must be designed in a manner that reduces the effects of abrasion on key garment stress areas. The MAS shall have a Standard Operational Life of at least three (3) years. MAS shall be available for the 5th-95th percentile (male). Vendors shall be capable of manufacturing limited quantities of MASS outside this range by special order, and sizing charts shall be provide d. Contractors shall provide the end item tests to be executed IAW with their commercial practices for quality and any commercial quality certifications. Contractors shall provide warrantee information, repair capability and warrantee for specific componen t replacement on the over-garment (gaskets, zippers, socks), and cost and schedules for replacement of these system components. A Use and Care manual shall be provided for user training and individual suit maintenance. The MAS is intended for multiple mission scenarios that encompass complete immersion, over-the-beach (OTB) operations, and terrestrial operations. The MAS shall provide the necessary physical protection and the ability to keep the operator dry in maritime and terrestrial extremes and all wea ther conditions. The MAS must not compromise range of motion, weapons manipulation, or compatibility with clothing (BDUs, thermal under-layers, gloves, etc) or individual equipment (load-bearing equipment, body armor, etc.) used by SEALs in combat operatio ns and training. The MAS' overall performance, durability, breathability, ability to keep the operator dry, and weight are of the utmost importance. Items unable to withstand use in this specific setting will not be considered for award. The MAS shall not leak during immersion operations, be durable enough for field use, and shall have a standard operational life of three years. The MAS waterproof zippers, other components, or design characteristics shall not interfere with individual equi pment, ease of donning and doffing, or operator comfort. The latex gaskets shall be protected from damage and must not interfere with individual equipment. The neck ring shall be easy to don, doff, store in a MASS pocket, and shall provide the necessary co mfort and ease of use with other individual equipment. All items that meet threshold qualifications after technical and materials evaluation in a controlled environment will undergo limited field evaluation, all others will be dropped from consideration for award. The MAS will be evaluated for its intended use s in simulated combat environments designed to assess operational effectiveness, equipment compatibility, safety, ease of use, durability, comfort, and overall user acceptance. Operational Effectiveness is defined as the ability to keep the operator dry in the maritime environment and the degree to which the MAS does not interfere with mission activities. The results of this field evaluation and user feedback will determine which contractor(s) will be awarded contract quantities. Items submitted which fail to meet Operational Effectiveness thresholds (as defined by the user) during the user evaluation shall not be considered for award. Unsuccessful contractors will be notified at that time of the results of the evaluation and of the Government??????s decisio n not award a contract. The unsuccessful contractor(s) may request a debriefing at that time. Items shall be preserved, packaged, and shipped FOB destination in accordance with best commercial practices to the identified locations. Delivery locations are Natick, MA, Norfolk, VA and Coronado, CA. For CLIN 0001, the government's desired delivery sch edule is thirty (30) calendar days after award; the government's required delivery schedule is sixty (60) calendar days after award. If no delivery schedule is proposed, the desired schedule will prevail. The addenda to FAR 52.212-2 are as follows: The f ollowing factors shall be used to evaluate responses: TECHNICAL: Proposed item??????s capability to meet the solicitation requirements as demonstrated by written proposal, product literature and product samples submitted. Literature submitted shall include material properties data, warranty terms offered, and post-delivery services provided (i.e. leakage tests, warrantee for new item and repair/replacement information, etc.). PRICE: Price will be evaluated for realism, fairness and reasonableness and will be determined on the basis of receiving adequate price competition. Prices quoted shall be valid for 5 months. PAST PERFORMANCE: Offeror's recent relevant experience in providing these or similar items will be evaluated in accordance with FAR 13.606(b)(2)( ii). The written past performance proposal shall describe recent, relevant experience in providing the items required herein or similar items. The past performance information shall contain the purchase order or contract number, client name and address, a point of contact at the company or government agency with current telephone number and /or e-mail address so government evaluators may contact that reference. The addenda to FAR 52.212-1 are as follows: Offerors are required to submit One (1) Size Large product sample with the Written Proposal and Product Literature for Technical Evaluation. Vendors submitting 'or equal' materials shall provide two linear yards for threshold performance verification testing at no cost to the Government. The Size Large Product sample s hall be returned at the conclusion of the solicitation (after debriefs and the protest period). Do not submit invoices for these products, they will be returned after the protest period. Vendors whose samples meet the threshold qualifications cited herein will receive a purchase order for three (3) MASS product samples with neck ring and repair kit (size medium, large, and extra-large). Delivery of these three (3) samples is required two weeks after issuance of the purchase order. Product samples shall not be different in any way (except size, by request) from the initial sample submitted for Technical Evaluation. Vendors who submit samples that vary in any way from the initial sample submitted for Technical Evaluations shall not be considered for award. Off erors are encouraged to provide pricing for economic order quantities (i.e. 1 to 50; 51 to 100, etc.). Should the Government issue delivery orders within 60 days of each other and final delivery has not occurred, the delivery order will be issued reflectin g the economic quantity pricing for the total quantity of all relevant delivery orders. All affected delivery orders will be subsequently modified to reflect the lower economic quantity pricing. A single 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract is contemplated for this action. The Minimum and Maximum ordering quantities are as follows: CLIN 0001 Min 100, Max 5750; CLIN 0002 no Minimum or Maximum will be set; CLIN 0003 and SubCLINs no Minimum or Maximum will be set. Delivery orders will be placed as needed against the IDIQ contract(s). Applicable Federal Acquisition Regulation (FAR) Clauses are: 52.203-3 Gratuities; 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-4 Con tract Terms and Conditions Commercial Items; 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.217-7 Option for Increased Quantity Separately Priced Line Item; 52.222-19 Child Labor Coo peration with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3 Protest After Award; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; 52.216-19 (Fill in as follows (a) N/A (b)(1)the stated maximum (b)(2) the stated maximum (b)(3) N/A (d)within 3 calendar days ); 52.216-22(Fill in as follows (d) under this contract after final delivery of all ordered items.) Applicable Defense Federal Acquisition Regulation Supplement (DFARS)Clauses are: 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqu isitions of Commercial Items (applicable clauses 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7007 Buy American Act Trade Agreements Balance of Payment Program, 252-225-7012 Preference for Certain Domestic Commodities). All clauses applicable to this solicitation may be accessed electronically at the following addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. DFARS provision TBD applies to this solicitation. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items, with the offer. Also include DFARS provision 252.212-7000, Of feror Representations and Certifications Commercial Items. In order to be eligible for award, contractors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov Questions concerning this solicitation should be provided to Kimberly Chamberlain at kimberly.chamberlain@natick.army.mil NLT 3 p.m. EST on 14 MAY 2003. Proposals and Product samples are due NLT 3 p.m. EST on 21 MAY 2003 and shall be submitted to: U. S. A rmy Robert Morris Acquisition Center, Natick Contracting Division, Headquarters Building #1, (ATTN: Kimberly Chamberlain), Kansas Street, Natick, MA 01760-5011.
 
Place of Performance
Address: Natick - Soldier Systems 1 Kansas St. Natick MA
Zip Code: 01760
Country: US
 
Record
SN00319610-W 20030509/030507213532 (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.