Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

84 -- Commercial Army Combat Pant (ACP) utilizing FAR 13.5

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91231-2011-ACP
 
Response Due
8/25/2011
 
Archive Date
10/24/2011
 
Point of Contact
Mark Marchioli, 508-233-6172
 
E-Mail Address
ACC-APG SCRT - Natick (SPS)
(mark.marchioli@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) FAR Subpart 12.6, in conjunction with FAR Part 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 05-53. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation is being procured under full and open procedures. The North American Industrial Classification System (NAICS) code for this procurement is 315211 and the applicable size standard is 500 employees. This posting and solicitation will expire on 25 August 2011 at 3:00 p.m. Eastern Standard Time (EST). Proposals are due by 25 August 2011 at 3:00 PM EST to the address provided below. Proposals shall reference solicitation # W91231-2011-ACP and shall include pricing as follows: CLIN 0001: Commercial Army Combat Pant (ACP) Description: Contractor shall provide a commercial Army Combat Pant (ACP) that meets or exceeds the requirements in the addendum to FAR 52.212-4. Required Delivery Schedule: The Contractor shall deliver 8,000 each 90 days after contract award and 8,000 every thirty days thereafter until completion of delivery requirements. Delivery Location: Middle River, Maryland FOB: Destination Unit Price $_______________ each The unit of issue, "each", consists of one pair of Army Combat Pant. ADDENDUM TO 52.212-4 1. ITEM DESCRIPTION/MISSION REQUIREMENTS: Throughout the Army, Warfighters require clothing that is durable, functional and provides the protection they require to accomplish their missions. From conducting convoy operations to urban combat or dismounted operations in harsh mountainous terrain, the difference between mission success and debilitating injury or death is often balanced on the quality and configuration of the clothing and equipment the Soldier is using. The environmental conditions under which the Army Combat Pant (ACP) will be used will range from tropic to arctic and from arid desert to open ocean, including all weather conditions in these environments. The ACP shall be flame resistant, durable and comfortable, while providing improved knee protection capabilities over the current Flame Resistant Army Combat Uniform (FR ACU) Trouser. The ACP shall have demonstrable improvements in the durability of the Seat, Crotch and Knees over the current FR ACU Trouser through either improved materials or design. CLIN 0001 Baseline Salient Characteristics (Minimum thresholds): a. The Army Combat Pant shall be constructed of Flame Resistant materials which provide protection equal to or greater than Flame Resistant Army Combat Uniform fabric and meets or exceeds fabric flammability test requirements specified in GL/PD 07-12 Revision 4, Table III. The finished garment shall meet or exceed performance requirements for the current FR ACU ensemble when tested in combination with the current FR ACU coat as specified in ASTM F1930 and GL/PD 07-12, Revision 4. Reference Attachment 0001 for a copy of GL/PD 07-12, Rev 4. b. Provide the same general appearance as the current FR ACU trouser. c. Capable of being printed in multiple camouflage patterns to include but not limited to the Universal Camouflage Pattern (UCP), and Operation Enduring Freedom Camouflage Patterns (OCP), while meeting all required shade standards and Near Infrared Signature requirements. d. Provide belt loops capable of supporting, and compatible with all military equipment. e. Belt loops shall be of a quantity sufficient to cause the belt to support the downward stresses of the pant without permitting bunching or sagging and without hindering the attachment of items of equipment and holsters. Belt loops shall be of a sufficient width to perform the above without breaking, and large enough to allow the passage of a riggers belt through the loops single handedly. f. Shall have a means of tightening the waist band to customize fit when the belt is not worn that does not create a pressure point when in the prone position. g. Shall have a single button waist and zippered fly closures. h. Has a ruggedized seat with greater durability than the current FR ACU Trouser. i. Shall have a 10 pocket configuration consisting of 2 hip, 2 back, 2 cargo, 2 calf, and 2 knife w/ closure. j. Rear and Cargo pockets shall be secured with buttons closures. k. Fly and Crotch construction shall be durable. Crotch Construction shall exceed current FR ACU and ACU Trouser burst and tear strengths both wet and dry, and shall allow for increased movement in this area. Crotch design may include a gusset with FR stretch fabric. l. Requires integrated removable hard-shell knee pad with flap capable of covering knee pad insertion point to prevent soil and debris from entering the pant when knee pad is not in use. Knee pad pocket shall have an opening suitable for the rapid drainage of water. m. Knee pads shall be capable of vertical and horizontal adjustment for customizable fit. n. Have a cinchable pant leg cuff. o. Total weight with knee pads installed will be equal to or less than 2lbs 3 oz. for size Medium Regular or equivalent. p. Size range must be sufficient to fit the 95th percentile of all soldiers. CLIN 0001 Desired Salient Characteristics (Exceeding Objectives): a. The construction and materials should attain the following characteristics: low noise detection signature; color and shade integrity; heat and moisture management. The material make up of the pant should provide demonstrable increases in durability to the Seat, Crotch and Knees either through increased material durability and/or design improvements. b. Permethrin factory treated FR ACP shall meet the stated Permethrin requirements: Dosage - Permethrin level 0.52 percent weight on weight and not to exceed 0.1375 mg/cm2. Efficacy - Percent Bite Protection greater than 70% (threshold) and or equal to 90% (objective) percent initially and after 0, 20, and 50 launderings. c. Additional knife or pen pockets with secure closures. d. Built-in repair kit that has the capability to repair snags, rips or tears in field environment without the need for additional specialized equipment and without affecting the safety of the user. e. Fly and Crotch construction should incorporate methods which enhance ease of release for donning and doffing in emergency situations, and use current industry practices to ensure reproducibility for other items. Crotch Construction must utilize innovative design that reduces crotch failure due to stress and enhances user mobility, comfort and durability f. Integrated knee pads must provide shock attenuation based on test pendulum impact rig (based on the EN1621 motorcycle protection test) of 25kN or below. g. Total weight with knee pads installed will be less than 2 lbs 2.5 oz. for size Medium Regular or equivalent. h. Size range should be sufficient to fit 95th percentile of all soldier without creating an undue logistical burden 2. LABELING, PRESERVATION, PACKING, PALLETIZATION, AND MARKING (SEE ATTACHMENT 2) a. All labeling, preservation, packing, palletization, and marking of the ACP items and accessories shall be in accordance with standard commercial practices that allow the items to reach their final destination in their original condition. b. Shipping container markings shall be durable and legible, and shall include the item nomenclature, national stock number (after assigned), quantity, weight and cube, contract number, and contractor name, address and telephone number. c. Packing shall be in accordance with ASTM D 3951. Each item shall be individually wrapped or boxed. Any Use and Care Manuals and Warranty Card included with each item shall be placed in the top of the box as to ensure access to it prior to unpacking the item. The contractor shall mark all containers in accordance with Attachment 2 of this solicitation, titled "General Vendor Shipping Instructions". 3. INSPECTION Inspection will take place upon receipt of the components that meets the requirements of the contract as specified in the Salient Characteristics in Addendum to FAR 52.212-4. The contractor shall repair or reject, as required, any defective items during the performance of the contract. The Government reserves the right to witness all contractor inspections, inspection documentation, and perform those verification tests it deems necessary to determine conformance to specified requirements. The contractor shall allow the Contracting Officer or their authorized designee to enter the contractor's and subcontractor's facility (if any) for the purpose of observation or consultation during all phases of manufacturing. The Government reserves the right to inspect or test any supplies that have been tendered for acceptance. Berry Amendment. This acquisition is subject to the Berry Amendment, 10 USC 2241, and Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.225-7012 Preference for Certain Domestic Commodities (Section I). The Prime Contractor and the entire supply chain are required to adhere to the Berry Amendment. The Prime Contractor shall educate and mentor the entire supply chain in the implementation and maintenance of Berry Amendment compliance. The Prime Contractor shall assess the entire supply chain for compliance to the Berry Amendment, and shall maintain documentation of Berry product compliance, and supply chain education, mentoring, and assessments. The Government will assess the Prime Contractor's compliance to the Berry Process in conjunction with the Quality Systems assessment of Purchasing and Supplier Control. The Government cannot accept noncompliant equipment, and the Contractor will not be paid for any items in violation of the Berry Amendment. If a Berry Amendment violation is determined to have occurred after the government has accepted delivery, the Contractor is required to replace the item in violation of the Act with an item from a domestic source, at their own expense. Once the Contractor has provided items from an acceptable source; the Government may again accept delivery and compensate the Contractor. The Government may pursue additional claims against the Contractor if the Government incurred other damages due to noncompliance. 4. TECHNOLOGY INSERTION After contract award, the contractor is highly encouraged to evolve with industry standards and innovation, technology improvements or changes to Army Combat Pant. These improvements or changes are encouraged in weight reduction, durability, and improved management of heat and physical stress and overall program cost or for any other purpose which presents a technological advantage to the Government. As part of the proposed changes the contractor shall submit a price proposal to the contracting Officer for evaluation. Those proposed technology improvements that are acceptable to the Government will be processed as modifications to the contract. Offeror's Proposal shall include three sections. (End of Addendum to FAR 52.212-4) Contractor proposal submissions shall be submitted in Contractor's format in Adobe PDF with two CDs for each Volume consisting of the following: Volume 1: Administrative and Cost Proposal The Contractor shall provide the following information within Volume 1, Administrative and Cost Proposal: a. This section is the ONLY section that shall contain cost information. b. Contractor shall provide a unit price for the ACP. If multiple sizes are proposed, the Offeror shall propose one unit price for the ACP regardless of size. c. Offerors shall submit a completed and signed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. d. Contractor's PRE-AWARD point of contact (POC), including name, title, telephone number, and email address. e. Contractor's POST-AWARD POC, including name, title, telephone number, and email address. f. Contractor's CAGE code, DUNS number, and Tax Identification Number. g. Location of Contract Performance. h. No technical information shall be contained in this section. Volume 2: Technical Proposal a. Contractor shall propose sizes needed to meet the salient characteristics. b. Technical proposal shall clearly demonstrate how the proposed ACP meets or exceeds the salient characteristics. Mere acknowledgement or restatement of the salient characteristics and solicitation requirements is not acceptable and the proposal will be rated as such. c. The proposal shall include relative test data to support flame resistance and improved durability. d. The proposal shall identify how Berry Amendment compliance is achieved. e. Manufacturing processes and quality assurance processes shall be addressed in sufficient detail. f. This volume shall not exceed 15 pages on 8 " x 11", Times New Roman font, size 12. Any excess information over the 15 page limit shall not be evaluated. Volume 3: Product Demonstration Sample (PDS) a. The Offeror shall submit one (1) commercial Product Demonstration Sample (PDS) that demonstrates the ability to meet or exceed the salient characteristics in Addendum to FAR 52.212-4 as part of the proposal. The PDS shall be at no cost to the Government. The PDS may be returned upon request unless destroyed in preaward testing. Volume 4: Small Business Subcontracting Plan a. This requirement applies to large businesses only. b. Reference FAR 52.219-9 Alt II and DFARS 252.219-7003. c. Large Businesses shall submit the Small Business Subcontracting Plan in accordance d. SUBCONTRACTING PLANS WILL BE EVALUATED IN ACCORDANCE WITH AFARS APPENDIX DD. Offerors not meeting the scoring requirements of in the AFARS Appendix DD will be required to resubmit a corrected plan. The Government intends to award up to two (2) contracts resulting from this solicitation to the responsible Offeror(s) using a best value determination by the Contracting Officer. Technical is more important than price. Proposals will be evaluated in accordance with the provision at 52.212-2, Evaluation - Commercial Items. Any award or combination of awards will not exceed 45,000 each of ACP or exceed $6,499,999.99. Offerors shall only propose a commercially available pant that meets the requirements. This is NOT a request for developmental items. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial JUN 2008 The following provision will be used to evaluate the proposals submitted: 52.212-2 - Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical 2. Cost/Price Technical is more important than Cost/Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR Clauses will apply to this acquisition, by reference or full text: 52.204-7 Central Contractor Registration APR 2008 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JAN 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items MAY 2011 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-9 Small Business Subcontracting Plan JAN 2011 52.219-16 Liquidated Damages - Subcontracting Plan JAN 1999 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation With Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.225-1 Buy American Act - Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-11 Extras APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.242-15 Stop Work Order AUG 1989 52.243-1 Changes - Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.211-7003 Item Identification and valuation SEP 2010 252.225-7001 Buy American Act And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation by Sea MAY 2002 5152.232-7003 Invoicing Instructions and Payment (WAWF Instructions)(NCD) AUG 2009 To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Proposals are due by 25 August 2011 at 3:00 PM EST to the following address: US Army Contracting Command - Aberdeen Proving Ground Natick Contracting Division (CCAP-SCN-NESSIE) ATTN: Mr. Mark Marchioli 100 Medway Rd. Suite 305 Milford, MA 01757 Proposals shall be clearly marked on the outside box with the following: "Solicitation W91231-2011-ACP, Army Combat Pant". The cognizant Contract Specialist for this solicitation is: Mr. Mark Marchioli, (508) 233-6172, mark.marchioli@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ffb1fb4dfbeb2051bf9967ecbe8ad9f)
 
Place of Performance
Address: ACC-APG Natick Contracting Division - NESSIE ATTN: Mark Marchioli 100 Medway Rd. Suite 305 Milford MA
Zip Code: 01757
 
Record
SN02529129-W 20110812/110810235730-6ffb1fb4dfbeb2051bf9967ecbe8ad9f (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.