Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
MODIFICATION

84 -- REVISED - Tier II Protective Over Garment (POG) Systems

Notice Date
4/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-12-R-0037
 
Response Due
5/11/2012
 
Archive Date
7/10/2012
 
Point of Contact
lisa.yamakawa, 410-278-6129
 
E-Mail Address
ACC-APG - Aberdeen Division D
(lisa.j.yamakawa.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government has revised the procurement strategy for solicitation W91CRB-12-R-0037 for Tier II, Protective Outer Garment (POG) for improved soldier protection, of the pelvis, femoral arteries, and lower abdominal organs, in a blast or fragmentation event in support of Product Manager - Soldier Protective Equipment (PM-SPE). The Army Contract Command - Aberdeen Proving Ground, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005 anticipates awarding multiple award, indefinite-delivery indefinite-quantity (IDIQ) type contract(s) with an ordering period of up to three (3) years. The contract(s) awarded will be firm fixed-price (FFP) IDIQ contracts. The Government intends to procure this requirement as a 100% small business set-aside, using Commercial procedures at Federal Acquisition Regulations (FAR) Part 12 under NAICS 315999 with a small business size standard of 500 employees. The delivery schedule shall require the first delivery within sixty (60) days after receipt of First Article Test (FAT) Approval letter with the remaining quantity delivered within two hundred and forty (240) days of contract award. All responsible sources may submit a proposal which shall be considered by the agency. Offerors are advised to anticipate the following proposal submission requirements: A. Product Samples: Offerors shall be required to submit a total of twenty-eight (28) samples (five (5) Small, ten (10) Medium, ten (10) Large, and three (3) X-Large) of their commercial, Tier II POG. Samples will be used during proposal evaluation and for Human Factor Evaluation (HFE). B. Test Documentation: Offerors shall be required to submit complete test data and documentation from Aberdeen Test Center and/or a National Institute of Justice (NIJ) certified independent laboratory, conducted within the past six (6) months, which demonstrates that the front and rear sections shall provide ballistic protection which conforms to the base vest requirements of FQ/PD 07-05E. Center section shall provide ballistic resistance (V50) of at least 1120 ft/s against 17gr Fragment Simulating Projectile (FSP). Offerors shall also be responsible for providing documentation from an independent lab verifying their product meets the Peak Load for the connection/fastener mechanism connecting the front panel to the rear and center section of the POG, Peak Load for attachment points (seams) connecting rear panel to center section, ballistic filler aerial density for front, rear and center sections, ballistic insert thickness, and area of coverage. C. Technical narrative shall address the eleven (11) key performance attributes (KPA) listed below and also address compliance with Berry Amendment provisions: 1. Design/Area of Coverage - 3 Areas: front, center, rear. Coverage of 69 sq. in., 50 sq. in., and 52 sq. in. respectively. 2. Ballistic Protection Level - Front/Rear Area: IAW FQ/PD 07-05E. Center Area: V50, 17gr FSP > 1120 ft/s. 3. Laundering - Ballistic materials removable from front, center and rear sections to facilitate laundering of shells. 4. Ballistic Filler - Front/Rear: 1.10 lb/ft2, max 0.30 in. thick. Center: 0.40 lb/ft2, max 0.10 in. thick. 5. Secure fastening - Provides secure fastening mechanism to prevent flapping or shifting. Provides attachment mechanism to either body armor and/or the belt loops of the ACU trousers. 6. Stand Alone Capability - Front section capable of being disconnected from center/rear section and worn as standalone item. Capable of being fastened to the belt or the Improved Outer Tactical Vest (IOTV). 7. Donning/Doffing - Capable of donning and doffing without removing the belt from the ACU trousers. 8. Sizing - Shall fit the 5th - 95th percentile requirement for male and female. 9. Pull Test Rear Panel to Center Section - Attachment points/seams connecting the rear panel to center section must be able to withstand a peak load of 600 lbs break strength in accordance with ASTMD-5043. 10. Pull Test Front Section to Center Section - Attachment point(s) connecting the front section to center section must withstand at least a 150 lbs peak load in accordance with ASTMD 5043. 11. Outer Facing Cloth - Constructed with US Army Operational Enduring Freedom Camouflage Pattern (OCP) D. Workmanship narrative shall address the following six (6) KPA: 1. Stitching - Stitching shall conform to ASTM D-6193. 2. Seams - All seams shall exhibit no signs of cracking or breakage if hand pulled to maximum degrees. No twisted, puckered, pleated or caught seams. Seams will be examined for tight/loose tension. 3. Thread - Sewing thread shall be of correct TEX size, no cracking and/or breakage when stretched to maximum degree. No needle cutting or thread slicing through base fabric. 4. Seam Allowance - The needle, looper and cover threads covers all raw edges and no open, puckered, twisted or distorted seam appearance. 5. Ballistic Pocket/Panel - Shall not restrict or interfere with overall stretch of POG. Attachments include 2 needle 402, 602 or Zigzag types 304 or 308. 6. Bartacks - Minimum of 3/8 - 1/2 in. bartacks at 24 - 32 total stitches shall be placed at all critical places or other high stress areas. E. Past Performance Information F. Delivery Schedule All responsible sources may submit a proposal which shall be considered by the agency. Solicitation W91CRB-12-R-0037 shall be provided in an electronic format on the Army Single Face to Industry (ASFI) website https://acquisition.army.mil/asfi/). Solicitation Issuance: on or about 17 May 2012, with proposals due: on or about 4 June 2012. Please direct all questions to the following ACC-APG points of contact: Contracting Officer, Carol J. Tyree at carol.j.tyree.civ@mail.mil; and Contract Specialist, Lisa Yamakawa at lisa.j.yamakawa.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c3dd05b15150b301e79ad3d2a66bbb5)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02732447-W 20120428/120426235932-8c3dd05b15150b301e79ad3d2a66bbb5 (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.