Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2003 FBO #0758
SOLICITATION NOTICE

83 -- ADVANCED SOLAR COVERS (ASC)

Notice Date
12/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps), ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-04-R-XLZ3
 
Response Due
2/27/2004
 
Archive Date
4/27/2004
 
Point of Contact
xinia llovetzurinaga, 508 233 4146
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps)
(xinia.llovetzurinaga@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Soldier Systems Center, Natick Research, Development and Engineering Center, Natick, MA, has a requirement for the Fabrication and Integration of an Advanced Solar Cover (ASC) Type I and Type II. The ASC will be used to provide field c ommanders general purpose protection for troops conducting temperature sensitive operations, reliable ordnance and missiles and protect equipment and supplies from harsh solar loading. The ASC Type I measures 35 feet wide x 35 feet long. The ASC Type II m easures 50 feet wide by 50 feet long. The potential contractor(s) shall fabricate ASC solar flys and system component transport containers, supply ASC anchors (stakes) and a repair kit, and integrate poles into a complete package, in accordance with the se ction 3 requirements and interface drawings as detailed in the Purchase Description available in the RMAC-NCD web page shown below. The Government will provide as Government Furnished Equipment (GFE); the knit fabric for the solar flys; and the telescopin g poles and spreader disks. The ASC Types and quantities will be identified in the Request for Proposals (RFP). The Government envisions that multiple Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for three years, Basic Orderin g Period, CLIN 0001 for ASC Type I and CLIN 0002 for ASC Type II, will be awarded as a result of the Request for Proposal (RFP). The Government anticipates the minimum quantity of 400 units for ASC Type I and Type II, and a maximum of 4,000 units for ASC Type I and 2,000 units for ASC Type II. The Government reserves the right to make a single award as a result of this RFP based on offers received. It is anticipated that as part of the evaluation, the Government may visit the manufacturers to inspect and witness the operation of an offeror??????s proposed ASC Type I and Type II. This is a 100 percent small business set aside procurement. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 314912 with a size sta ndard of 500 employees. Firms shall not be reimbursed for any cost associated with proposals. A request for hard copy of the RFP will not be honored. Telephone calls will not be accepted. Offerors are required to submit a hard copy proposal to include a pr oduct sample design for the covers and transport bags as described in the Purchase Description available at the RMAC-NCD web page mentioned below. Offerors are cautioned that their product must comply with Berry Amendment restrictions (see DFARS Clause 252 .225-7012) in order to receive award. To be eligible for award, offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://www.ccr.gov. The Government reserves the right to make any changes to th is information upon release of the solicitation. In accordance with FAR 5.102(d), when released, the solicitation, including all amendments, and applicable documents will only be available in electronic medium at the U.S. Army RMAC-NCD web page at https:/ /www3.natick.army.mil. FOR INFORMATIONAL PURPOSE ONLY and to obtain the latest information for the ASC Type I and Type II prior to the RFP release, please go to the U.S. Army RMAC-NCD web page mentioned above under Business Opportunities/Upcoming Acquisit ions/W911QY-04-R-XLZ3/ Files Available for Download. A Purchase Description will be available for download. NOTE: THIS IS NOT THE SOLICITATION. The Request for Proposal (RFP) will be issued on or about 20 January 2004, with proposals and product sample d esign due on or about 20 February 2004 at 12:00 noon EST. Proposals with product sample design shall be sent to the U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, Attn: AMSRD-ACC-NM/Xinia Llovet-Zurinaga, 1 Kansas Street, Natick, MA. 01760. The point of contact is Contract Specialist, Xinia Llovet-Zurinaga, at e-mail address: Xinia.Llovet-Zurinaga@natick.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps) ATTN: AMSRD-ACC-NM, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00495127-W 20031225/031223212320 (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.