Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384

U.S. Army Materiel Command, Natick Contracting Division, Attn: AMSSB-ACN, Natick, MA 01760-5011

84 -- CONCEALABLE BODY ARMOR SOL DAAD16-99-R-1019 DUE 080599 POC Peggy Dube, 508-233-4481 or Jerry Jeffrey, 508-233-6257 WEB: click here to download copy of the RFP, http://www3.natick.army.mil/. E-MAIL: click here to contact the contract specialist, pdube@natick-amed02.army.mil. This is a full and open competition combined synopsis/solicitation DAAD16-99-R-1019 for commercially available Concealable Body Armor (CBA) which may require minor modifications to meet government requirements. The CBA consists of a carrier and soft ballistic inserts. The U.S. Army Materiel Command Acquisition Center, located at the U. S. Army Soldier & Biological Chemical Command, Natick, MA intends to award up to four (4) purchase orders (within available funding constraints) for up to a maximum quantity of 30 each, male and female CBAs for user evaluation/acceptance. Items will be field tested and evaluated for the following criteria: concealability, comfort, flexibility, durability, design, and user acceptance/preference. This phase will take approximately nine (9) months. If those items are acceptable in the six(6) criteria defined above, the Government may exercise an option to procure a maximum quantity of 100 CBA vests and 100 carriers. The required delivery of the initial thirty (30) itemsis 30 calendar days after award of a purchase order and 60 calendar days following exercise of the option for the 100. The Government desires delivery of both the initial quantity and optional quantities within 30 calendar days following award or exercise of option. The Government reserves the right to exercise multiple options up to the quantity of 100. The delivery address for the 60 vests (CLIN 0001AA and CLIN 0001AB is U.S. Army Soldier Biological & Chemical Command, Natick, MA 01760. The delivery address for the optional quantities is Commander Protective Services Unit 701st MP Group HHD (CID) 6010 6th Street Ft. Belvoir, VA 22060-5587 All items shall be preserved packaged and shipped FOB Destination in accordance with best commercial practices to the above locations. This synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6 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. Vendors are required to submit a hard copy proposal and product samples as described herein. All clauses applicable to this solicitation may be accessed electronically at the following addresses: "http://www.arnet.gov/far"; "http://farsite.hill.af.mil"; "http://www.dtic.mil/dfars", .The Concealable Body Armor shall meet the following performance requirements: the CBA vest shall be NIJ certified for Level IIIA (9mm, FMJ, 124 grain at 1400 ft/sec and 44 Magnum, Lead SWC Gas, 240 grain at 1400 ft/sec.) with a maximum depth of deformation of 1.73 inches (44mm); the area density shall not exceed 1.0 lb./sq.ft.; the stiffness for the ballistic insert shall not exceed 200 cm-g.; the thickness of the ballistic inserts shall not exceed 0.30 inches; the CBA shall provide side ballistic protection with one-inch minimum overlap, tails, and shoulder and side adjustability. Side adjustability shall be required; the CBS shall provide for maximum visual concealability, comfort, mobility and flexibility while increasing protection levels and minimizing weight and thickness; it shall be concealable/undetectable at 3 meters under a men's dress shirt or under a women's blouse with scoop or V-type neckline; the CBA carrier shall be white #37925 in color per Federal Standard 595A; the CBA carrier shall be launderable using commercially approved laundering procedures. A certificate of compliance for shrinkage of the carrier cloth for conformance to industry standards for fabric shrinkage in both directions will be acceptable; materials used shall not create any hazards that might impact upon the health, safety and performance of the user. Material Safety Data Sheets for the carrier cloth, shall include finishes to confirm there is no toxicity concern to the wearer; the CBA performance shall not degrade when stored in climatic design types hot, basic, and cold and operated in climatic design types of hot and basic IAW Army Regulation 70-38; the CBA shall be easily and quickly donned and doffed without the help of another person; the CBA carrier and ballistic inserts (front and back) shall be clearly labeled in accordance with commercial practices for care and use and any additional information required by law. In addition to all necessary labels, the contractor is required to also include a durable label on the ballistic inserts (front and back) specifying which side is to be worn next to the body. This label shall be placed in a visible area of the insert and it shall read "This Side Next To The Body" in capital letters and a minimum font size of 20; instruction sheet on how to remove/insert the soft ballistic inserts in the carrier along with maintenance and precautions; the CBA will be custom made. Body measurements to be provided by the government at the time of award of a purchase order and at the time any options are exercised. A Commercial Warranty on the CBA is required with a ten-year warranty desired by the Government. The Government will make award(s) (within funding constraints) resulting from this synopsis/solicitation to the responsible offeror(s) whose offer is most advantageous to the Government, price and other factors considered. The following evaluation criteria, in descending order of importance, will be used to evaluate offers proposals and product samples. Technical, Price and Past Performance. The Technical area is greater in importance than Price which is significantly more important than Past Performance. The Technical area will be evaluated for: the proposed items' capability to meet the solicitation requirements as demonstrated by the written proposal (to include all test data and NIJ certification), product literature, ballistic panel (one) and product samples submitted (two: one male and one female). The product sample submitted shall be a medium size male and female to fit the following body measurements: male -- 40" chest and the female -- 36" chest (bust). Sample vests will be evaluated for concealability, human factors, donning and doffing and design. The ballistic samples (12"x12") will be evaluated for area density, thickness, and stiffness. Price will be evaluated for price realism and fair and reasonableness. PAST PERFORMANCE: the vendor's recent relevant experience in providing these or similar items will be evaluated for performance risk. Vendors shall submit a written technical proposal not exceeding (5) pages which describes how their item(s) meet the requirements stated herein. Vendors shall submit a written past performance proposal not exceeding (2) pages which describes their recent, relevant experience in providing CBA in or similar items. Vendors shall submit with their proposal a ballistic panel and product samples (one each male and female) that meets the requirements stated herein. Pricing may be filled in on the Request for Proposals DAAD16-99-R-1019 posted on the U. S. Army Materiel Command Acquisition Center Business Opportunities web site: http://www3.natick.army.mil/. Quotations shall be submitted to: U. S. Army Materiel Command Acquisition Center, Building #20 Warehouse, ATTN: Peggy Dube, Contract Specialist (AMSSB-ACN-S), Kansas Street, Natick, MA 01760-5011. Response time is 2:00 p.m., July 29,1999. This solicitation incorporates the FAR provisions and clauses in effect through Federal Acquisition Circular 97-14 as applicable. The FAR provision at 52.212-1, Instructions to Offerors -- Commercial applies to this solicitation as do the following clauses: 52.212-2, Evaluation -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Requires to Implement Statutes or Executive Orders -- Commercial Items which includes the following additional FAR clauses: 52.203-6; 52.203-10, 52.219-8; 52.219-14, 52.222-26; 52.222-35; 52.222-37. The following DFARS clauses at 52.212-7001 apply: 252.225-7001; 252.225-7007, 252.225-7012, 252.225-7014, 252.225-7015, 252.247-7024. Vendors shall include a completed copy of the provision at FAR 52.212-3 with their offer. The applicable Standard Industrial Classification (SIC) Code for this acquisition is 2399, the size standard is 500 employees. In order to be eligible for award, vendors must be registered in the Central Contractor Registry ("http://ccr.edi.disa.mil"). If vendors wish to be notified of amendment to this combined synopsis/solicitation, they must contact Peggy Dube by email address to "pdube@natick-amed02.army.mil". Posted 07/07/99 (W-SN351233). (0188)

Loren Data Corp. http://www.ld.com (SYN# 0352 19990709\84-0001.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page