Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

84 -- SPEAR TSA & MSAP Ballistic Inserts

Notice Date
6/26/2013
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Management Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-13-R-0010
 
Archive Date
8/30/2013
 
Point of Contact
Kelly L. Grimm, , Amy Anderson-Strother,
 
E-Mail Address
kelly.grimm@socom.mil, Amy.Anderson-Strother@socom.mil
(kelly.grimm@socom.mil, Amy.Anderson-Strother@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Special Operations Command (USSOCOM) has a requirement for a multi-year sustainment contract to procure Special Operations Forces Personal Equipment Advanced Requirements (SPEAR) hard armor ballistic inserts. 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. The hard 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 North American Industry Classification System (NAICS) Code for this procurement is 339999. The program will be 100% set-aside for small business. The solicitation is tentatively scheduled for release in August 2013. The minimum contract value shall be $150K and the maximum contract value shall be $95M. The minimum and the maximum value may be any combination of the hard armor components identified by the Government. The offeror will be required to provide Product Demonstration Models (PDMs) with proposal submission for evaluation. If the offeror is proposing to submit the same material lay-up design for SPEAR Cut and the Swimmer Cut, the quantities required for each system are estimated as follows: TSA Ballistic Plate - (SPEAR Cut): Small: 2 Plates, Medium: 2 Plates, Medium Long: 2 Plates, Large: 2 Plates, Extra Large: 2 Plates. TSA Ballistic Plate - (Swimmer Cut): Small: 16 Plates, Medium: 18 Plates, Large: 18 Plates, Extra Large: 16 Plates. TSA Ballistic Plate - (MSAP Cut): One Size: 52 Plates. If the offeror is proposing to submit different material lay-up designs for the SPEAR Cut and Swimmer Cut, the quantities required for each system are estimated as follows: TSA Ballistic Plate - (SPEAR Cut): Small: 16 Plates, Medium: 18 Plates, Medium Long: 2 Plates, Large: 18 Plates, Extra Large: 16 Plates. TSA Ballistic Plate - (Swimmer Cut): Small: 16 Plates, Medium: 18 Plates, Large: 18 Plates, Extra Large: 16 Plates. TSA Ballistic Plate - (MSAP Cut): One Size: 52 Plates. These quantities are estimates at this time. Actual PDM quantities may change within the final solicitation document. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM at www.sam.gov. A Notice of Intent to submit a proposal will be required by all participating offerors in accordance with the solicitation instructions in August 2013. Only those offerors who submit a Notice of Intent 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 OEM shall be considered by the agency. Government points of contact for this effort are Kelly Grimm at kelly.grimm@socom.mil or Amy Anderson-Strother at Amy.Anderson-Strother@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MacDillAFBFL3/H92222-13-R-0010/listing.html)
 
Record
SN03100254-W 20130628/130626235155-a9085ea93e136d46f90349fc0d5d501d (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.