SOLICITATION NOTICE
84 -- BALCS-Compatible Quick Release Body Armor Vest
- Notice Date
- 4/22/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- USZA22-03-R-0027
- Archive Date
- 5/24/2003
- Point of Contact
- Michael Holland, Contract Specialist, Phone 813-828-7659, Fax 813-828-7504, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
- E-Mail Address
-
hollandm2@socom.mil, griffi1@socom.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Special Operations Command is conducting a solicitation for a Quick Release Body Armor Vest that is compatible with the Body Armor Load Carriage System (BALCS) Body Armor (BA) hard plate and soft ballistic shell, and groin protector. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal and the solicitation number is USZA22-03-R-0027. The Government intends for this solicitation to result in an indefinite delivery/indefinite quantity contract with a maximum of 25,000 Commercial Off the Shelf (COTS) quick release body armor vests. The anticipated duration of the ordering period is from date of award for five years. The Government estimates ordering an initial quantity of 500 vests, which will constitute the guaranteed minimum for the contract. This procurement is a 100% set-aside for small business. The NAICS code is 339113 and small business size standard is 500 employees. *** BEGIN REQUIREMENTS *** Submitted samples will be evaluated based on the following requirements: The quick releasable vest system shall enable the operator to wear components on the vest as one system. The system shall allow the present Special Operations Forces Equipment Advanced Requirements (SPEAR) Body Armor with the ballistic filler (soft armor), ballistic upgrade plate (hard armor plate), and groin protector to be worn in the quick release vest. The vest system must have a dual quick release system that allows the operator easy access to the quick release handle. The vest must allow the user to conveniently don and doff the vest in 30 seconds without cutting it away. The release system must employ quickly and allow the user to release the vest system quickly and easily without cutting away the material to remove the vest. It must allow the operator to release the vest using only one hand. The system shall be sized to fit, with minimum sizes, the 5th to the 95th percentile male operator over Extreme Cold Weather wear (ECW) and Mission Oriented Protective Posture gear (MOPP). This is an evolution of the BALCS vest. The intent is to eliminate any repetitive Developmental Testing and Evaluation (DTE). The most common DTE requirement is the material efficacy. The BALCSR vest must contain equal or better than the materials incorporated in the original BALCS vest. This would include, but not limited to, the fabric material (1000 Denier Cordura Nylon), buckle systems, snap systems, and grommets. The only exception is the likelihood of additional material used for the employment of the release system. This release mechanism must be constructed of materials that will be compatible with the BALCS vest and capable of meeting solicitation requirements. The system shall be capable of being worn by SOF operators under the parachute harness without causing any increased risk of injury during static airborne operations. It must drain easily after exposure to submersible water operations. The threshold for neutral buoyancy is for the body armor vest, minus the plates to remain neutrally buoyant for a period of 5 minutes in salt water. The objective is for the body armor vest, with plates, to be neutrally buoyant as a unit for a period of 20 minutes or more in salt water. It must have a shelf life of not less than five years and maintain a service life of 120 days of field use defined as 18 hours of continuous wear while patrolling within each 24-hour period. It must repair easily with minimal requirements for tools and spare parts. The external surfaces must provide camouflage for the multiple environments specified in the CLINs, to including woodland, day desert, and black, and must not contribute to visual, infrared (both near and far IR) or audible signature. Range of motion must include full head rotation, unrestricted ability to tilt head forward and to the rear while in the prone position (to include while wearing a helmet and communications headset; the SPEAR MICH). The system cannot significantly hinder torso and limb movement /rotation or shouldering and firing the individual weapon from any firing position (without binding at the arms), both right and left handed, prone, kneeling, sitting or standing. It must accommodate two handed pistol shooting (full extension of both arms). It must allow the operator to bring his weapon to a good firing position or adjust his firing position without slippage due to the shoulder area of the BA. It must not hinder or significantly interfere with the operator entering or exiting Sealed Delivery Vehicle (SDV), HUMVEES, hatchways etc. The system cannot hinder in the execution of infiltration/exfiltration techniques such as rappelling, STABO, FRIES, SPIES etc. It must be compatible with other SPEAR components and items of individual equipment to include but not limited to the ballistic hard plate and soft armor. Orient the modular pocket/pouches to provide rapid access. The modular pouches/pockets, NBC mask carriers and canteens will be sized to accommodate similar configurations and requirements that presently exist with other systems such as BALCS. Questions concerning BALCS should be addressed to this office. *** BEGIN CONTRACT LINE ITEMS *** CLIN 0001 Vest - Small - Woodland; CLIN 0002 Vest - Medium - Woodland; CLIN 0003 Vest - Large - Woodland; CLIN 0004 Vest - Extra-Large - Woodland; CLIN 0005 Vest - Small - Day Desert; CLIN 0006 Vest - Medium - Day Desert; CLIN 0007 Vest - Large - Day Desert; CLIN 0008 Vest - Extra-Large - Day Desert; CLIN 0009 Vest - Small - Black; CLIN 0010 Vest - Medium - Black; CLIN 0011 Vest - Large - Black; CLIN 0012 Vest - Extra-Large - Black. *** BEGIN CONTRACT CLAUSES *** 52.212-1 Instructions to Offerors; 52.212-1 Addendum - Specific Instructions to Offerors; 52.212-2 Evaluation; 52.212-3 Certifications & Representations; 52.212-4 Contract Terms & Conditions; 52.212-5 FAR Checklist to Implement Statutes; 252.212-7000 Certifications & Representations; 252.212-7001 DFARS Checklist to Implement Statutes; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-22 Indefinite Quantity; 5652.216-9001 Oral Orders - IDIQ *** BEGIN 52.212-2 ADDENDUM - EVALUATION FACTORS *** (1) The evaluation shall consist of two phases. Phase 1 will be a review of the submitted data and samples to determine whether or not the proposed vests comply with all solicitation requirements. Phase 2 will consist of Development Testing and Evaluation (DTE) and Operational Testing (DT/OT). A maximum of 20 test articles will be purchased from offerors remaining in the competitive range based on the results of Phase 1. Offerors in the competitive range must deliver 6 medium sizes 10 large size and 4 extra large releasable vests within 15-20 days after notification that they remain in the competitive range. (2) The evaluation will be comprised of three areas listed in descending order of importance: Technical, Past Performance, and Price. The Technical Area Criteria are: performance; comfort; functionality. Technical and Past Performance when combined are significantly more important than price. All technical criteria are of equal importance. Offerors must note the evaluation of performance, comfort and functionality will be essentially a subjective assessment by the technical evaluators. (3) The evaluation will determine the extent to which the contractor has made timely deliveries of a quality product compliant to the requirements on past contracts. (4) Weight is considered in each of the three technical criteria identified in paragraph 2 above. Potential offerors should note that lighter weight is better. Potential offerors should note that additional credit in the evaluation will be given to those vests of lighter weight. (5) Vests submitted that do not accommodate the present BALCS ballistic hard and soft armor, that have only one quick release mechanism, or otherwise fail to meet all solicitation requirements may be excluded from the competitive range following Phase 1 without further consideration. (6) The proposals will be evaluated to determine the extent to which the contractor has the necessary resources to modify the commercial item. (7) Discuss the company?s resources, specifically in the ability to modify the proposed commercial item to meet changes in technology, user?s needs, missions, etc. *** BEGIN 52.212-1 ADDENDUM ? INSTRUCTIONS TO OFFERS *** Proposals must include the following: TECHNICAL (1) A product description with performance parameters and a discussion of current availability. Offerors must provide data that specifically addresses all performance requirements in the Statement of Work. Clearly highlight how the design of your product facilitates product improvements as technologies improve. Offerors are encouraged to submit any additional performance data that is relative to the employment of the releasable vest system and would add value in assessing the submitted samples. (2) A minimum of 1 sample per size (small, medium, large and extra large) of the proposed releasable vest system for evaluation and capabilities. A bill of material list along with material certifications of conformance (CofC) must be submitted for all materials used on the BALCR vest samples. Samples without a bill of materials and CofC?s will not be included in the down select process. (3) Offerors shall submit patterns and traces if requested by the Contracting Officer. (4) Any deviations or exceptions to the requirements of this solicitation must be clearly identified and discussed in your submission. (5) Discuss your ability to efficiently make improvements to your gear as technology improves. PAST PERFORMANCE (6) Identify three contracts of similar size and scope performed within the past three years. Include a description of the project and magnitude, the customer, any identifying numbers, and a Point of Contact (name, telephone, fax and email). BUSINESS (7) A signed SF1449 form and acknowledgment of all Amendments (if any). (8) Proposed fixed prices for all Contract Line Items. Offerors shall propose volume discount pricing when applicable. Offerors may propose separate prices for each of the five ordering years. Shipping will be reimbursed for actual costs. Offerors do not need to propose shipping as part of their proposal. The Contracting Officer may request other than certified cost and pricing data if needed to determine price reasonableness, however no pricing data needs to be submitted with the initial proposal. (9) Proposed delivery timeframes for all CLINs are specified in terms of "days after receipt of order". Proposed maximum production capacity in terms of "X vests per month". (10) Proposed order limitations for the fill-ins in Clauses 52.216-19 and 5652.216-9001 (11) Completed Certifications and Representations consisting of FAR Clause 52.212-3 and DFARS Clause 252.212-7000. *** All communications must be in writing via email and directed to Mike Holland, hollandm2@socom.mil. Requests for technical information on BALCS equipment must be via email to Greg McDonald at Gregory.mcdonald1@us.army.mil WITH A COPY TO Mike Holland at hollandm2@socom.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 12, effective as of 24 Jan 2003. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your vests comply with the solicitation requirements - you must clearly identify how your proposed vest meets ALL solicitation requirements. The Government intends to award a contract without discussions. Proposals with samples are due no later than 30 Apr 2003 at 1400 and shall be delivered as follows: Submit the complete proposal, except for the samples, to the contracting office via email to: hollandm2@socom.mil and griffi1@socom.mil. DO NOT submit physical samples to the contracting office. Submit a copy of management & technical data and all physical samples to: US Army Soldier Biological Chemical Command, AMSSB-RIP-SP; ATTN: SOF Special Projects Team (Greg McDonald); Kansas Street, Bldg 4, Rm. D218; Natick, MA 01760.
- Record
- SN00309658-W 20030424/030422213929 (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 |