Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

A -- Trogamid Protective Eyewear

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
ACC-APG - 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
W91A2K-1354-9030
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
Steven Streeter, 508-233-6180
 
E-Mail Address
ACC-APG - Natick (SPS)
(steve.streeter@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Synopsis: Trogamid CX-7323 Combined Synopsis/Solicitation for Lightweight Material for Eye Protection (i) This is a small business set aside combined synopsis/solicitation for a small scale research & development effort, the results of which will allow the Government to determine the viability and practicality of using Trogamid CX-7323 as a replacement for polycarbonate for protective eyewear with thinner impact resistant lens substrates, particularly spectacles listed on the Authorized Protective Eyewear List (APEL). The applicable NAICS Code for this acquisition is 339115. This synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6 in combination with Subpart 13.5 and supplemented with additional information included in this notice. This announcement will constitute the only solicitation. A request for a hard copy of this RFP will not be honored. (ii) This solicitation (numbered W91A2K-1354-9030) is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (iv) SET ASIDE This acquisition is set aside 100% for small businesses. (v) Based on a low price/technically acceptable decision, and available funding, the USRDECOM Contracting Center, Natick Contracting Division, located at the U. S. Army Natick Soldier RD&E Center, Natick, MA will award a small-scale research and development contract effort to research/develop/optimize procedures (suitable for use with the Contractor's manufacturing capabilities) to produce optical quality, impact resistant lenses using Trogamid CX-7323, produce prototype Trogamid CX-7323 lenses for an Authorized Protective Eyewear List (APEL) approved spectacle, perform comparison testing between the APEL spectacle with Trogamid CX-7323 lenses installed and the same APEL spectacle with traditional polycarbonate lenses installed, and produce up to 200 prototype spectacle samples with Trogamid CX-7323 lenses for delivery to the Government (pending availability of funding). Reference "Lightweight Material for Eye Protection" Statement of Work (SOW) provided as supplementation to this solicitation. (vi) Requirements. The requirement is for materials research to explore an improved impact resistant material (Trogamid) for protective eyewear applications, while maintaining (and possibly improving) other key protective eyewear features. Requirements for the effort are as follows: 1) The Offeror must demonstrate a clear understanding of lens manufacturing, military combat eye protection requirements and testing, as evidenced by their proposal submission; 2) The Offeror must demonstrate an understanding of, and capability to meet, the requirements listed in "Section 2. Requirements" of the attached "Lightweight Material for Eye Protection" Statement of Work (SOW) in approximately one year; 3) To best determine applicability of the research to currently fielded protective eyewear items with thin lens substrates, the Offeror is required to demonstrate the research/technology on a current prescription compatible APEL spectacle with a thickness of 2.5 mm or less; 4) The Offeror must have the appropriate facilities and equipment to conduct the research, fabricate prototypes, and perform the required testing in support of the overall research effort. The use of U.S. based facilities and equipment is required for this effort. Signed letters of commitment are required for any subcontractors; 5) The Offeror must demonstrate they meet the personnel and experience requirements listed in "6. Personnel Qualifications" of the attached "Lightweight Material for Eye Protection" Statement of Work (SOW); 6) The Offeror must be a small business (vii) DELIVERY All of the items described above shall be delivered FOB Natick, MA. (viii) Submissions. The Offeror is also required to submit a Technical proposal, not to exceed 20 pages. Letters of intent, letters of commitment, any resumes provided, and verification of business size do not count toward the 20 page limit. The proposal shall include the following: 1) Summary of company experience pertinent to this solicitation, to include relevant experience with manufacturing of optical quality lenses for protective eyewear applications, combat eye protection requirements, and associated testing; 2) Detailed description of how the Offeror plans to meet each requirement outlined in Section 2 the "Lightweight Material for Eye Protection" Statement of Work (SOW) (attached), along with projected schedule for each; 3) Identify which current APEL spectacle the research will be demonstrated on, along with the lens thickness at the visual center for the proposed spectacle platform; 4) Description of the equipment and facilities (to include name/location of all facilities) the Offeror plans to use to conduct the research, fabricate prototypes, and perform the required testing; 5) Description of how the Offeror plans to meet the personnel requirements outlined in Section 6 of the "Lightweight Material for Eye Protection" Statement of Work (SOW); a list of key personnel to be assigned to the effort, along with a summary of their background and experience (to include recent and relevant experience), shall be included; 6) verification of business size; 7) A signed letter of intent or letter of commitment shall be provided for any subcontractors participating in the research effort, and for any key personnel who are not employed by the Offeror at the time of proposal submission The Offeror shall submit an overall Price based on the following: Price to conduct the subject research, along with delivery of 200 prototype items. A breakout of the price for research and the price for 200 prototypes shall also be provided electronically along with the technical proposal submitted. (ix) Evaluation and Award. Evaluation and award will be conducted based on a lowest cost/technically acceptable basis. (x) Vendors must be currently registered on both CCR and ORCA Government databases. (xi) STANDARD TERMS & CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. (xiii) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.211-17 Delivery of Excess Quantities (Use for quantities of items) 52.243-1 Changes--Fixed Price 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252-204-0001Line Item Specific: Single Funding (Use -0007 for multiple funding lines) 252.204-7000Disclosure of Information (Service Only) 252.204-7002Subline NSP (Use when including NSP lines) 252.204-7003 Control of Government Personnel Work Product 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7010 Levies on Contract Payments 52.212-5Contract Terms and Conditions --Commercial Items 52.204-10Executive Compensation and First-Tier Subcontract Awards All Contracts 52.209-6Protecting the Governments Interest 52.219-6Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.223-1 Energy Efficiency in Energy-Consuming Products (Use of Energy Star or FEMP) 52.225-3Buy American Act -Free Trade Agreements - Israeli Trade Act (> $25K & < $203K) 252.212-7001Contract Terms and Conditions 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance Of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Alt III Transportation by Sea 52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: Http://farsite.hill.af.mil/farsite_alt.html (xiv) SUBMISSION OF Proposals: Proposals shall be submitted electronically to steve.streeter via steve.streeter@us.army.mil. All quotes shall be submitted before noon Eastern Time on April 24, 2012. (xv) QUESTIONS: For questions regarding this acquisition, contact the contract specialist, Steve Streeter, at 508-233-6180 or steve.streeter@us.army.mil. Contracting Office Address: US ARMY ACC-APG Contracting Center - Natick. Building 1, Kansas Street, Natick, MA 01760-5011 Place of Performance: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: CCAP-SCN, Natick Contracting Division, Building 1, Kansas Street Natick MA 01760-5011 US Point of Contact(s): Steve Streeter, 508-233-6180
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/669249b477e173078bd3b5d108ac478c)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02730015-W 20120426/120424235712-669249b477e173078bd3b5d108ac478c (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.