Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOURCES SOUGHT

84 -- Vital Torso Protection - Full Rate Production

Notice Date
7/28/2015
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-15-VTP-FRP
 
Archive Date
9/11/2015
 
Point of Contact
George B. Hubbard, Phone: 4102782053
 
E-Mail Address
george.b.hubbard5.civ@mail.mil
(george.b.hubbard5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Sources Sought Notice, Soldier Protective System (SPS) - Vital Torso Protection (VTP) Program - Full Rate Production (FRP) Phase 1. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized via the Federal Business Opportunities website (www.fbo.gov). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2. The Government is issuing this Sources Sought to collect information for the Full Rate Production (FRP) Phase of the Vital Torso Protection (VTP) Program under the Soldier Protection System (SPS). The SPS VTP consists of lightweight hard armor plates that provide the Soldier multiple levels of ballistic protection that can be tailored to select mission profiles and protection against specific threats from conventional fragmenting munitions, small arms ammunition, and blunt impact. The four plate variants include the Enhanced Small Arms Protective Inserts (ESAPI), X-Small Arms Protective Inserts (XSAPI), Enhanced Side Ballistic Inserts (ESBI), and X-Side Ballistic Inserts (XSBI). Soldiers equipped with the SPS VTP will be able to accomplish a broad range of missions. The versatility of the system will enable the Soldier to quickly transition from one mission type to another without degrading the momentum of small unit operations. The SPS will support major combat operations, stability operations, homeland security operations, joint operating concepts, and the joint force functional concept. 3. Blunt trauma injury associated with Back Face Deformation (BFD) measurements and test standards will be in accordance with the current approved Government Department of Operational Test & Evaluation (DOT&E) test protocols. The technical requirements for each variant are provided in the attached DRAFT Purchase Description (PD), including the threshold weight requirements. The requirements shall include a plate diagnostic/sensor capability in the FRP Phase for each of the hard armor plate variants. This capability will be able to assess the integrity of the hard armor plate in field/combat conditions. The weight of this capability will not be included in the overall weight requirement of the plate variants, but the overall weight of the sensor will be limited to 0.03 lb. (0.48 oz.). It is also the Army's intent to include a separate requirement, or optional contract line item, for an industrial base maintenance contract (IBMC) that will provide a maintenance capability for the hard body armor plates. The acquisition organization responsible for this effort is the Army Contracting Command - Aberdeen Proving Ground (ACC-APG). 4. The proposed project is expected to result in multiple Firm Fixed Price contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors; therefore, the type of solicitation issued may depend, in part, upon the responses received to this notice. 5. The SPS VTP FRP acquisition strategy is still under development. The respondents are encouraged to identify and describe any unique solutions that will result in effective and efficient operations and allow PM SPE to refine their requirements, as necessary. Any resulting contract awards will be based on the overall "Best Value" solution to the Government. Evaluation criteria is planned to include the factors of technical (weight and ballistic performance), delivery, past performance, quality management system, small business plan, and price. The technical factor will include a sub-factor to provide a diagnostic/sensor capability that can be manufactured and integrated within all plate variants and sizes. 6. The Offeror responses to this notice shall be limited to 20 pages and should include the following information: • Offeror's name, address, point of contact, phone number, and e-mail address. • Offeror's interest in bidding on the solicitation when it is issued. • Offeror's capability to meet design requirements. • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute comparable design work performed within the past 5 years and a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. • Offeror's detailed description of their proposed design solutions capability to meet ballistic performance requirements. • Offeror's detailed description of their proposed design solution to meet the diagnostic/sensor capability requirement for each plate variant as described in the VTP PD, including details on integrating the capability into all of the plate variants and sizes. • Offeror's shall develop a flow chart showing the supply chain, the work efforts at each location and product need to support the VTP manufacturing and capacity. • Offeror's small business type and Business Size (HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), woman owned, etc.). 7. Following the deadline to respond to this notice, the Government plans to release a Draft Request for Proposal (RFP) to industry to solicit potential candidates and receive comments and questions to incorporate into the Final RFP to be issued for the FRP Phase and competition. Respondents will be allowed to submit one proposal inclusive of one or more variants up to and including all four variants (ESAPI, ESBI, XSAPI, and XSBI). 8. Request interested vendors provide, not later than 27 August 2015 of the posting of this Notice, a detailed description of their proposed VTP plate designs that meet the PD requirements and the vendor's level of interest to participate in a possible competitive acquisition. Each vendor's response shall address specific size, weight, shape, performance and durability requirements as stated in the PD (ESAPI, ESBI, XSAPI, and XSBI). This information should be provided via email to George Hubbard at George.b.hubbard5.civ@mail.mil. 9. Respondents to this notice shall designate a primary and one alternate point of contact within the company (Name, Address, Email, and Telephone). To fully comprehend the information contained within a response to this notice, there may be a need to seek further clarification from those respondents. This clarification may be requested in the form of a brief verbal communication by telephone; a written communication; an electronic communication; or a request for a presentation of the response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a57982a73835fd8b5a6d7a5f7a724d6)
 
Record
SN03812739-W 20150730/150728235232-0a57982a73835fd8b5a6d7a5f7a724d6 (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.