Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

84 -- USMC THREE-SEASON SLEEP SYSTEM

Notice Date
3/31/2009
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
3SEASONSLEEP
 
Response Due
4/1/2009
 
Archive Date
5/31/2009
 
Point of Contact
Kevin Parker, 508-233-5937<br />
 
Small Business Set-Aside
N/A
 
Description
NOTE: SALIENT CHARACTERISTICS ARE AVAILABLE AT www3.natick.army.mil UNDER CURRENT ACQUISITIONS. The U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the United States Marine Corps (USMC) has a requirement for a Three-Season Sleep System consisting of a sleeping bag (two sizes), mesh storage bag, bivy cover, and waterproof compression stuff sack in accordance with the attached Salient Characteristics. Vendors are highly encouraged to team up in order to meet the requirements. Partial offers are not allowed, only proposals for the entire system will be accepted. The Draft Salient Characteristics are available on the Natick Contracting website (www3.natick.army.mil - Business Opportunities/Current Acquisitions/3SEASONSLEEPS). The Government anticipates making one award, but reserves the right to make a multiple or no awards. This requirement will be Full and Open. The North American Industry Classification System (NAICS) Code for this effort is 314999 and the Small Business Size Standard is 500 Employees. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). The Government intends to make one Firm-Fixed Price (FFP) Five-Year Indefinite Delivery/Indefinite Quantity (IDIQ) award as a result of the Request for Proposals (RFP). Successful vendors will receive a guaranteed minimum order of approximately 70,000 systems, subject to need and availability of funds, the anticipated maximum for this effort is 310,000 systems. The Government anticipates a five year ordering period. Industry is encouraged to identify any area in the Salient Characteristics that needs clarification in order to provide a responsive bid in the upcoming solicitation. Comments relating to this synopsis should be submitted via email to Kevin Parker at kevin.james.parker@us.army.mil no later than 17 April 2009. The Government will not be providing written correspondence to received comments. The Government anticipates releasing the RFP on or about 04 May 2009 and will be open for thirty (30) days.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0bb47edac0992b4a221f88db32c6d713&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 />
 
Record
SN01781769-W 20090402/090331221217-0bb47edac0992b4a221f88db32c6d713 (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.