SOLICITATION NOTICE
84 -- The U.S. Army RDECOM-Natick Contracting Division, has a requirement for a non-commercial, non-developmental Modular Integrated Communication Helmet (MICH) Product Improved Helmet System. This is 15 day presolicitation notice and not an RFP.
- Notice Date
- 3/5/2009
- Notice Type
- Presolicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, 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
- W911QY-09-R-0019
- Response Due
- 5/30/2009
- Archive Date
- 7/29/2009
- Point of Contact
- Peter McDonald, (508) 233-4123<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army RDECOM-Natick Contracting Division, Natick, MA has a requirement for a non-commercial, non-developmental Modular Integrated Communication Helmet (MICH) Product Improved Helmet System. This is 15 day presolicitation notice and not an RFP. The U.S. Army RDECOM-Natick Contracting Division, Kansas Street, Natick, MA on behalf of the United States Special Operations Command (USSOCOM) Program Manager- Special Operations Forces Survival Systems (PM-SSS), Natick, MA has a requirement for two (2) non-commercial non-developmental Modular Integrated Communication Helmet (MICH) Product Improved Helmet Systems. The Government anticipates small business set aside; It is anticipated that a final Fedbizopps Announcement and solicitation will be released in March of 2009, with complete proposals due in estimated 90 days after release. Two (2) categories of Ballistic Helmet Shell are requested; 1) MICH STANDARD & 2) MICH ENHANCED. The MICH-STANDARD is an improved MICH helmet that provides the SOF Operator current state of the art ballistic and impact protection. MICH-STANDARD meets or exceeds all of the current MICH helmet requirements with the additional benefit of less weight and flexible configuration by the operator for the full spectrum of SOF mission requirements allowing operators to conduct primary or collateral functions. From insertion by various platforms and operational techniques through complex actions on the objective, to eventual extraction by various platforms and/or techniques there is a constant need for ballistic protection. The MICH-STANDARD helmet will be used throughout the spectrum of Special Operations Forces (SOF) operational continuum, from Humanitarian Assistance and Peacekeeping, through Counter-Terrorism and Counterinsurgency, to low intensity conflict and full-scale war. The environmental conditions will range from tropic to arctic and from arid desert to open ocean with weather conditions associated with these environments to include limited visibility. The MICH-ENHANCED is also an improved MICH helmet that provides the SOF Operator current state of the art ballistic and impact protection. provides all the added benefits and protections of a Standard MICH helmet with the added features of configurability for the full spectrum of SOF mission, plus the MICH-ENHANCED will provide protection against rifle threats. The Government envisions that a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded for each helmet line or a single award if one vendor wins both helmet lines as a result of the Request for Proposals (RFP) but reserves the right to award one or none. The Government anticipates a five-year Ordering Period. When released, the solicitation, including all amendments and applicable documents (with the exception of patterns, if applicable) will only be available in electronic medium at US Army RDECOM Natick Contracting Division at https://www3.natick.army.mil. NOTICE: Complete proposals shall contain Contractors technical, manufacturability, past performance, price and sub-contracting areas to include certified ballistic testing data and Production Demonstration Samples (PDSs) packages (35 PDSs per configuration in a three hole, light coyote color)in accordance with the RFP. NOTICE: All risk and costs associated with the preparation, completion, or submission of proposals belongs solely to the vendor. NOTICE: All data contained herein is for information only and is subject to change. In the event of discrepancy between the information shown on this Web Page and the actual solicitation documents, the actual solicitation documents and amendments there to shall govern.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ee7c0f4156e53713107647bab97c514&tab=core&_cview=1)
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
- Zip Code: 01760-5011<br />
- Zip Code: 01760-5011<br />
- Record
- SN01762300-W 20090307/090305215657-5ee7c0f4156e53713107647bab97c514 (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 |