Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

84 -- Body Armor Load Carriage System - Soft Armor Ballistic Inserts

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-11-R-0012
 
Point of Contact
Elizabeth Daniels, , Kevin Jans,
 
E-Mail Address
elizabeth.daniels.ctr@socom.mil, kevin.jans@socom.mil
(elizabeth.daniels.ctr@socom.mil, kevin.jans@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: SPEAR Soft Armor Ballistic Inserts H92222-11-R-0012 The United States Special Operations Command has a requirement for a multi-year sustainment contract to procure Special Operations Forces Personal Equipment Advanced Requirements (SPEAR) soft armor ballistic inserts and components. This full and open competition solicitation, the Government intends to award a five year indefinite delivery indefinite quantity (IDIQ) Firm Fixed Price (FFP) production contract for a fully developed item to the offeror with the best value to the Government. This is not a R&D contract; the offeror must be the Original Equipment Manufacturer (OEM) and have an existing U.S. verifiable production line for any product proposed under this solicitation. This contract will be awarded using FAR Part 12, Commercial Procedures. The soft armor ballistic inserts must meet the performance requirements as outlined in the performance specification and meet the requirements set forth in the Berry Amendment. The minimum contract value shall be $150K and the maximum contract value will be $49M over the five year period. The minimum and the maximum value may be any combination of the soft armor components identified by the Government. The solicitation will require a technical/management, past performance, and pricing proposal from each offeror. All proposals must be in the English language and be in accordance with FAR clause 52.212-1 of the solicitation or any other documents specified by the Government in the solicitation. The Government may evaluate each proposal in accordance with FAR clause 52.212-2 of the solicitation or any other applicable documents specified in the solicitation. The Government reserves the right to award multiple contracts for the soft armor insert components as well as no contract award as a result of this solicitation. For planning purposes, the tentative release date for the solicitation is on/about 8 March 2011. A Notice of Intent (NOI) to submit a proposal will be required by all participating offerors no later than 14 days after release of the solicitation. Only those offerors who submit a NOI will receive the performance specification and technical drawing package and may submit a proposal which shall be considered by the agency. In addition, only those offers with a U.S. verifiable production line that are the Original Equipment Manufacturer (OEM) shall be considered by the agency. Contact Kevin Jans at kevin.jans@socom.mil or Elizabeth Daniels at elizabeth.daniels@socom.mil to submit a company's Notice of Intent or to present any questions prior to release of the solicitation. Only email notification will be accepted and must be in the English language. All information is to be submitted at no cost or obligation to the Government. Sources Sought The Program Manager - Special Operations Forces Survival, Support & Equipment Systems (PM-SOF SSES) Natick, MA 01760-5019 is seeking information on potential candidates for an upcoming solicitation of Special Operations Forces Personal Equipment Advanced Requirements (SPEAR) Body Armor Load Carriage System (BALCS) soft armor ballistic inserts. USSOCOM has a requirement for a lightweight soft armor ballistic insert capable of defeating specified fragmentation and handgun threats. The soft armor ballistic inserts must be sufficiently rugged to remain safe, operational, and effective following exposure to extreme environments such as high temperature, low temperature, sea water, chlorine water, gasoline, motor oil, weapons lubricant, and UV light. The areal density of the ballistic material, including stitching and all construction materials (tape), excluding the outer protective cover should be no greater than 0.80 pounds per square foot (O), 0.85 pounds per square foot (T). The procurement strategy will be to award a five year indefinite delivery indefinite quantity (IDIQ) Firm Fixed Price (FFP) production contract for a fully developed item to the offeror with the best value to the Government. The offeror must be the Original Equipment Manufacturer (OEM) and have an existing U.S. verifiable production line for any product proposed under this solicitation. The soft armor ballistic inserts must meet the performance requirements as outlined in the performance specification. Information is requested on the following areas and topics. Additional information and topics are also encouraged. All responses to this survey must be in the English language. Industry Capability: Please provide information and ballistic data (fragmentation and/or bullet) that show the capability of the end item at the specified areal density. It shall include information on the design, fabrication and tests completed to validate the design as well as how areal density was calculated. Cost/Schedule/Past Performance: Please provide actual or expected production unit costs for the system based on a 15"x15" shootpack and/or Size Large Releasable Body Armor Vest soft armor insert (cost per set). In addition, please provide the production capability in sets/month to deliver the production items as well as any production history for military soft armor ballistic inserts with emphasis on work performed for the U.S. Government. Industry Information: Request firms provide the following information: cage code, company name, address, phone number, email address, a point of contact, and type of company within NAICS 336112. This announcement does not constitute an invitation for bids or a request for proposal, nor is it to be construed as a commitment by the Government. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. The Government is not obligated to notify respondents of the results of this announcement. Interested sources should submit the requested information not later than December 31, 2010 via email ONLY to kevin.jans@socom.mil or elizabeth.daniels@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-11-R-0012/listing.html)
 
Record
SN02387834-W 20110227/110225234314-2f350afb33336405565afe7dde8e2263 (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.