Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

84 -- A Family of Ballistic Plates for the Body Armor Load Carriage System (BALCS)

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
327112 — Vitreous China, Fine Earthenware, and Other Pottery Product Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-06-R-0023
 
Archive Date
8/10/2006
 
Description
The United States Special Operations Command has a requirement for a five year indefinite delivery indefinite quantity (IDIQ) contract issuing firm fixed price (FFP) delivery orders to procure a family of ballistic plates for the Body Armor Load Carriage System (BALCS) to improve the survivability and mobility of Special Operation Forces (SOF). The family of ballistic protective armor will maximize ballistic protection while minimizing the burdens of weight, bulk and heat stress. This will be achieved with the use of three (3) different plate technologies available in different cuts. The components will integrate with the existing BALCS Releasable Body Armor Vest system providing the ability to increase or decrease ballistic protection and load. Patterns will be provided to ensure components integrate with the body armor vests systems. The ballistic protective components will be selected on a performance basis in order to take advantage of most current technologies. The three systems include, 1) BALCS System: One cut of ballistic plate that can be used as a back or a front and conform to the pattern provided. Areal density shall not exceed 6.5 pounds per square foot and thickness of the plates shall not exceed .750 inches; 2) Tactical Stand Alone Ballistic System: Three cuts of ballistic plate conforming to patterns provided. Areal density shall not exceed 6.9 pounds per square foot and thickness of the plates shall not exceed 1.0 inches; and 3) Low Visibility Ballistic System: Three cuts of ballistic plate conforming to patterns provided. Areal density shall not exceed 4.8 pounds per square foot and thickness of the plates shall not exceed .85 inches. The plates must have been previously ballistically tested (both conditioned and unconditioned); and the proposed BALCS System must have been previously tested in conjunction with a soft armor component with an areal density not to exceed 1.1 lbs. The test data must demonstrate systems conform to the following ballistic thresholds: BALCS System and Tactical Stand Alone Ballistic System must defeat 2 shots at 4 inches apart. None of the shots may be closer than 1 inch from any given edge of the plate being tested. Both the Tactical Stand Alone and Low Visibility systems will include a small cut and must meet only a 1st shot requirement. Ballistic testing must have been performed in accordance with the general provisions of MIL-STD-662, NIJ 0101.04 and MIL-C-44050A test protocols for Level IV. Conditioning shall include High and Low Temperatures, Gasoline, Motor Oil and Break Free as well as Sea, and Chlorine Water Immersion. The systems in the proper configuration, must yield the minimum V50 ballistic limit measurements at 0-degree obliquity with the following specified test projectiles: BALCS System and Tactical Stand Alone Ballistic System ? (1) NATO 7.62 x 51 mm M-80 Ball at 2,750 + 50 feet per second, (2) Soviet 7.62 mm x 54R Ball Type LPS at 2,300 + 50 feet per second, (3) U.S. 5.56 mm M855 Ball at 3,250 + 50 feet per second, (4) 7.62mm x 63 APM2 at 2850 + 50 feet per second (only two impacts at 0 degree obliquity required) and Low Visibility Ballistic System - (1) Soviet 5.45 X 39 FMJ 2950 + 50 feet per second, (2) Soviet 7.62 X 39 Mild Steel Core (MSC) Ball 2400 + 50 feet per second, (3) 7.62 X 39 Armor Piercing Incendiary (API) 2400 + 50 feet per second, and (4) U.S. 5.56 mm M855 Ball at 3,250 + 50 feet per second. The desired backface deformation is 1.73 inches (44 mm) for all plates. The minimum quantities, per plate technology, will be 300 each or 150 plate sets where applicable. The maximum quantities, per plate technology, will be 140,000 each or 70,000 plate sets where applicable. In addition, a Subcontracting Plan will be required of large businesses. Any textile products must be Berry Amendment compliant. The Government reserves the right to award multiple contracts. The offeror will be required to provide Product Demonstration Models (PDMs) with proposal submission for evaluation. PDMs shall consist of 2 of each size (One Size, Small, Medium, Large and XLarge) of each plate and cut offered. The total PDMs to be provided are as follows: BALCS - 8 plates, Tactical Stand Alone - 18 plates, Low Visibility - 18 plates. This is not an R&D contract; offerors must have an existing U.S. verifiable production line for any product proposed under this solicitation. Participating offerors will be required to submit a Notice of Intent (NOI) to receive the OZALID patterns and submit a proposal. NOI must include the following: systems the offeror intends to bid on, cage code number, DUNS number, state of incorporation, corporate license number, identify if foreign owned or a controlled company with full identification of the parent corporation, country of affiliation, identify whether subcontractors are foreign, identify vendor, foreign country of affiliation and what physically constitutes the foreign content of their product(s). NOI will be required no later than 4:00pm est., two weeks after the solicitation is posted. Only those offerors who submit a Notice of Intent and whose Quality Assurance Representative has verified the production facility, will receive the OZALID patterns with specific weight limits for each size, and may submit a proposal which shall be considered by the agency. A Go/No Go evaluation will be performed to verify the following requirements: (1) Appropriate number and sizes of PDMs have been submitted (2) Ballistic test data from either a government owned laboratory or an independent laboratory demonstrating that the submitted plates have been tested as specified, (3) Weight, Areal Density and Thickness, (4) Conformance to all measurements, tolerances and radius indicated in the OZALID patterns and (5) ISO 9000 or equivalent certifications. Any proposals not meeting the Go/No Go criteria will be immediately disqualified. Components passing the Go/No Go criteria shall proceed to a full technical proposal, which will include review and in-depth evaluation of: (1) Ballistic data, (2) Durability, (3) First Article Test Plan, (4) Delivery/Surge rates, (5) SPEAR Unique Quality Assurance Plan, (6) Production Ballistic Lot Test Plan, (7) Supply Chain Management (8) Warranty, (9) Part Numbers, (10) Configuration Management Baseline, (11) Program Management and (12) Labels, Packaging and Marking. Any questions related to this effort can be emailed to Verdetta Weaver at weaverv@socom.mil.
 
Record
SN01045808-W 20060512/060510221447 (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.