Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
MODIFICATION

10 -- SOFT ARMOR BALLISTIC SHOOTPACKS

Notice Date
2/27/2006
 
Notice Type
Modification
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY06T0015
 
Response Due
3/13/2006
 
Archive Date
5/12/2006
 
Point of Contact
Kevin Parker, 508-233-5937
 
E-Mail Address
RDECOM Acquisition Center - Natick
(kevin.parker@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Soldier Systems Center has a requirement for Soft Armor Ballistic Shoot Pack Systems. This is a 100% Small Business Set-Aside combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acq uisition Regulation (FAR) Subpart 12.6, utilizing simplified acquisition procedures in accordance with FAR Subpart 13.5, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the Soft Armor Shootpack Systems. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W911QY-06-T-0015. The Soft Armor Shootpack System will have the following salient characterisitcs: The Shoot pack System consists of two components: (1) A ballistic filler packet and (2) A carrier. The carrier holds the filler packet and has a second pocket capable of holding additional armor samples for testing. The ballistic filler packet is 15x 15 inches in size consisting of 28 plies, 600 denier KM2(r), style 706, 36 X 36, water repellent treated fabric. The ballistic packet shall be stitched diagonally across the 4 corners with a 5-inch line of 50 TEX Aramid thread at 5 to 10 stitches per inch. The carr ier is sized to accept the ballistic filler with minimum ease but without causing bunching. It consists of three layers of 500 denier 7.5 oz. / sq. yd., urethane back coated, textured nylon, Cordura. The Offeror will stipulate colors for each layer with th eir proposal. The layers are arranged to form a pouch with two individual pockets. (The three layers may be integral forming a single pouch with a center divider, or the front pocket may be a patch pocket sewn to the main pouch). The layers of the carrier are to be stitched together on 3 sides with nylon or polyester thread to form the pockets. The fourth side is to be finished to prevent raveling, and have a minimum of 5 inches of not less than 0.5 inch hook and loop fastener centered and stitched to the t op to close each pocket. With the hook and loop closed the front pocket must have a usable area not less that 14 1/2 inches high x 12 inches wide. The Shoot Pack System is assembled so that the ballistic filler is placed in the rear pocket and the front po cket is left empty. The Offeror shall provide with each shipment a certificate of conformance from the weaver for the ballistic filler material, indicating the lot, properties and ballistic test data. Please visit the RDECOM Acquisition Center website (htt ps://www3.natick.army.mil/) for technical drawings. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 dated 11 April 2005 and Defense Federal Acquisition Regulation (DFAR) Sup plement, 1998 edition, current to DCN 200503023. The applicable NAICS Code is 332992 with a size standard of 1000 employees. The Government anticipates awarding a single firm-fixed price/requirements contract with one CLIN for a minimum quantity of 50 un its and maximum quantity of 2000 units and two CLINs as options with a minimum quantity of 50 units and a maximum quantity of 2000 units. The ordering period shall remain in effect for 12 months from the date of the contract award. The Offeror shall be abl e to deliver the minimum quantity of 50 units within 60 days after an order is received. The designated Government activity for which this Requirements contract will apply is the United Stated Marine Corps (USMC). The contract will be issued by U.S. Army RDECOM Acquisition Center, Natick, MA on behalf of the USMC. This Requirements contract does not apply to elements of the U.S. Army or other elements of the U.S. Government; however, this does not preclude the ordering of the Soft Armor Shootpack System f or organizations other than the USMC. The provision at FAR 52.212-1, Instruction to Offerors- Commercial applies to this acquisition, addenda to include the fo llowing: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destination and Inspection and Acceptance shall be at Destination by the cognizant receiving authority. Offerors are requred to submit one Product Sample wit h their proposal. The Government will not return any samples submitted. Offerors shall submit, limited to 3 pages, a description of their facilities, equipment and personnel that will be utilized for this effort, which provides convincing evidence that t he offeror can produce the required quantities within the required schedule. Offerors shall provide the unit price for the estimated quantity and describe any economic pricing with their proposal. Offerors are encouraged to provide pricing for economic or der quantities (i.e. 1 to 1000, 1001 to 2000, etc.). The Government may determine that a proposal is unacceptable if the proposed prices relative to any economic ordering quantities are materially unbalanced. Unbalanced economic ordering pricing exists when, despite an acceptable total evaluated price, the unit discount pricing is significantly understated or overstated as indicated by the application of price analysis techniques. The following areas will be evaluated and are stated in order of importanc e (Technical,Price,Past Performance): TECHNICAL AREA: The Offeror's technical capability will be evaluated based on literature/information/product sample submitted with respect to meeting or exceeding the Government's stated requirements. PRICE AREA : Pr ice will be evauluated on the total offered price to include economic ordering discount pricing and option years. PAST PERFORMANCE AREA : The Offeror's past performance with Governemnt and Commercial customers in the same or similar work described herein w ill be evaluated. In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) database. The web site to register or check on your status is http://www.ccr.gov/. Offerors shall comply with 10 USC § 2533(a), commonly referred to as the Berry Amendment. Offerors are required based on this announcement to submit hard copy proposals (to include product literature) as described herein. Offerors shall include the full text provision FAR 52.212-3 entitled Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alternate I (Apr 2002) , completely filled out, within your technical proposal, as well as DFARS 252.212-7000, entitled Offeror Representations and Certifications-Commercial Items (Nov 199 5). NOTE: An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.b pn.gov. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition. Other clauses that apply are as follows: 52.204-7 Central Contractor Registration (Oct 2003), 52.247-34 FOB Destination (Nov 1991), 52.2 52-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Deviations in Clauses (Apr 1984), 252.204-7004 ALT A Central Contractor Registration (Nov 2003) and 252.225-7002 (Apr 2003). FAR 52.212-5 Contract Terms and Conditions Required to Imp lement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Atern ate I (Oct 1995), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportun ity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilit ies (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), and 52.232-33 Payment by Electronic Funds Tran sfer-Central Contractor Registration (Oct 2003). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition to inc lude 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (June 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 25 2.247-7023 Transportation of supplies by Sea (May 2002). All clauses referenced herein may be accessed electronically at the following web addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil/. If you plan on participating in this acquisti on you are required to provide your name, address, phone number, and E-mail address to Kevin Parker via E-mail to Kevin.Parker@natick.army.mil or fax to (508)233-5286 for notification of amendments. If you should have technical questions, please submit th em by E-mail up to Thursday, 9 March 2006. Proposals shall be submitted to the US Army RDECOM Acquisition Center, Natick Contracting Division, ATTN: AMSRD-ACC-NM (Kevin Parker) Kansas Street, Building 1, Natick, MA 01760-5011. The closing date and time for this combination synopsis/solicitation is Monday, 13 March 2006 by 3:30 Eastern Time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY06T0015/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00995880-F 20060301/060227213543 (fbodaily.com)
 
Source
FedBizOpps 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.