SOLICITATION NOTICE
84 -- This is a five-year Indefinite Delivery Indefinite Quantity contract for production and support of the Air Warrior Clothing and Individual Equipment (CIE).
- Notice Date
- 11/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH23-03-R0A002
- Archive Date
- 2/4/2003
- Point of Contact
- Roger Wilkerson, 256-313-4303
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command DAAH23
(paul.wilkerson@peoavn.redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Army is soliciting competitive proposals for a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation is being advertised on an UNRESTRICTED basis inviting full and open competition. The applicable NAICS Code is 3152 25. The scope of work includes full production and support of the Air Warrior (AW) Clothing and Individual Equipment. The offeror shall be able to act as an integrator to procure, manage, and/or produce the components of the Clothing and Individual Equipm ent (CIE) system. The Clothing and Individual Equipment consists of a Primary Survival Gear Carrier(PSGC) with integrated extraction harness, Overwater Gear Carrier (OWGC), thigh holster for pistol, Flotation Collar, Flexible Body Armor Vest, and Knife Pou ch Assembly. The Army may also include the production of a microclimate cooling garment as part of the solicitation. The C&IE will be required to be produced to the Government furnished Technical Data Package. Production minimum quantity is 139 each for PS GC, knife pouch and thigh holster; 96 each for OWGC, Flexible Body Armor Vest, and Flotation Collar. Maximum Quantity is estimated to be 14,000 for each item. The MCG quantities would be a minimum of 139 with maximum quantity of 14,000. The MCG would be pr oduced to the Government Technical Data Package. Support efforts include engineering studies and evaluations. Contract type will be firm fixed price and will include over and above provisions for engineering services/studies to support the submission of E ngineering Change Proposals (ECP) necessary to implement a change to the final production configuration. There will be requirements for a First Article Test, Quality Conformance Tests and Inspections, and a Pilot Line Validation. When responding to this notice, please provide your name, title, company information and address, and e-mail address. The Governm ent will also provide (as reference material) Interactive Electronic Technical Manuals (IETM). A pre-bidder?s conference will be held in Huntsville, AL, on or about 10 Dec 02, at which a program overview, hardware display and demonstration, and discussion of interface requirements will be presented. Interested parties will be provided time, location, and agenda information regarding the pre-bidder?s conference as soon as that information is available. Attendees at the pre-bidder?s conference are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-bidder?s conference. Release of a formal RFP is scheduled on or about Jan 03. The basis of award is to the offeror whose proposal, conforming to the RFP, will provide the best value and be the most adva ntageous to the Government, considering cost or price and other factors. Evaluation areas will include Technical, Production, Price, and Past Performance/Management. The relative importance of the evaluation areas is as follows: Technical is equal to Production, which is greater than Price, which is greater than Past Performance/Management. The offeror will be required to submit a product demonstration model of the primary survival gear carrier, overwater gear carrier, flexible body armor, and flotation collar. Technical Data Package requirements for materials and flame retardancy will be waived for the sample. The product demonstration model will be submitted with the proposal. Source selection procedures contained in Federal Acquisition Regulation (FAR) Subpart 15.3 shall be utilized to select the successful offer. Each offeror?s proposal will be tho roughly evaluated and award will be made to the offeror whose proposal is judged to be most advantageous to the Government based upon the evaluation criteria set forth in the formal RFP. The Government intends to award this contract without discussions. Therefore, the offeror?s initial proposal shall contain its best terms from a cost or price and technical standpoint. The Government also reserves the right to conduct discussions if deemed necessary to obtain the best value. You must be registered in the Central Contractor Register (CCR) prior to award of a DOD contract. Annual updates to your registration will be required. Individuals or companies desiring additional information about attending the Pre-Bidders? Conference on 10 December 2002, should contact the Contracting Officer directly: Mr. David Nixon, telephone 256-842-8029, email david.nixon2@redstone.army.mil.
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00209132-W 20021123/021122063922 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |