Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

84 -- REQUEST FOR INFORMATION, improved Combat Vehicle Crewman Uniform & Army Aircrew Combat Uniform Consolidation

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
315228 — Men's and Boys' Cut and Sew Other Outerwear Manufacturing
 
Contracting Office
ACC-APG - Natick (PADDS), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W58P0512ICVCA2CU
 
Response Due
3/14/2012
 
Archive Date
5/13/2012
 
Point of Contact
Neal Dedicatoria, 703-805-8523
 
E-Mail Address
ACC-APG - Natick (PADDS)
(neal.dedicatoria@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Product Manager, Soldier Clothing and Individual Equipment(PM-SCIE) requests capability statements from companies for the purpose of identifying potential sources to assist in the development of an innovative Design and Specification which will consolidate the capability requirements of the one-piece improved Combat Vehicle Crewman (iCVC) Coverall and the Army Aircrew Combat Uniform (A2CU) coat and trousers into a single uniform. This is a request for information (RFI) only. The current iCVC and A2CU share the following characteristics: Printed in multiple camouflage patterns including but not limited to the Universal Camouflage Pattern (UCP) and Operation Enduring Freedom Camouflage Pattern (OCP), and meeting all required shade standards and Near Infrared Signature requirements. Multiple pockets utilizing zippered closures and/or other secure closures including hook/pile fasteners. Electrostatic dissipative properties as specified in GL/PD 10-13. The Purchase Descriptions and the design characteristics of the iCVC Coverall and the A2CU are available in the following/attached documents: Purchase Description, Trousers, Aircrew, Combat, CO/PD 06-22B, Attachment 1 Purchase Description, Coat, Aircrew, Combat, CO/PD 06-21B, Attachment 2 Purchase Description, Improved Coveralls Combat Vehicle Crewman's, GL/PD 10-16A, Attachment 3 Purchase Description, Cloth, Plain and Basket Weave, Aramid GL/PD 10-13, Attachment 4 Purchase Description, Cloth, Flame Resistant, GL/PD 07-12, Attachment 5 The required and desired characteristics of this combined iCVC and A2CU uniform include: Constructed of Flame Resistant (FR) materials which provide protection equal to or greater than the existing Flame Resistant Uniform fabrics used by the Army and meet/exceed the fabric flammability test requirements specified in GL/PD 10-13 and/or GL/PD 07-12 Revision 4, Table III. The finished garment shall meet or exceed the performance requirements for current FR garments when tested, as specified in ASTM F1930 and in GL/PD 10-13 and GL/PD 07-12. Provides insect bite protection to Soldiers in uniform in the field and maintains its efficacy up to or beyond the uniform's service life. Is a single uniform which meets the requirements of both the Aviation and Armor communities. Constructed of a light weight, breathable and durable fabric (lighter weight than the current iCVC Coverall fabric and more durable than the current A2CU fabric). Is equal to or is lesser in cost than the current iCVC Coverall. Can be used in either a one piece or two piece configuration. Provides a sizing system matching the Army Combat Uniform and Army Combat Uniform-Alternate Sizing spectrum. The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI Request for Information received by the Government will not be accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL or PDF format will be rejected and considered nonresponsive. Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products, the ability to modify existing products and/or develop new products that could meet the requirements described herein. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 14 March 2012. Please address any questions about this request for information to Mr. Jed Watkins via e-mail at james.e.watkins2.ctr@mail.mil. Qualified sources are requested to electronically send their information via email with their Company Name and Solicitation number in the email subject line to: Mr. Neal Dedicatoria, email: neal.h.dedicatoria2.civ@mail.mil and Mr. Jed Watkins, email: james.e.watkins2.ctr@mail.mil Please include the following information in the body of your email in the following format: 1) NAICS code(s) under which you will perform this task 2) Company address, telephone number, primary contact(s) with e-mail address (es) and CAGE code. 3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov.) 4) Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, This can also include current or past performance of providing this or similar products to the Government. 5) Minimum and maximum delivery schedule per month and anticipated volume discounts. 6) Ramp schedule 7) All assumptions, including any assumed/required Government support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0ed97529857cec9c48cdc7c87e46f71b)
 
Place of Performance
Address: PEO Soldier, PM SCIE 5981 BLDG 1155, 13th Street Ft. Belvoir VA
Zip Code: 22060
 
Record
SN02680863-W 20120224/120222235426-0ed97529857cec9c48cdc7c87e46f71b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.