Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2005 FBO #1454
SOURCES SOUGHT

84 -- To provide War Fighting Assets and Troop Support Gear. With an Estimated Quantity of 850 per year for deployment bags. These deployment bags are required items for deploying Security Force members.

Notice Date
11/17/2005
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-06-R-0001
 
Response Due
11/28/2005
 
Archive Date
5/28/2006
 
Description
Responses are due for this Sources Sought Notice by Nov 28, 2005. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. This is NOT a request for proposal (RFP) and is not to be construed as a commitment by Government to issue a solicitation or ultimately award a contract. Responses WILL NOT be considered as proposals, nor will any award be made as a result of this Sources Sought Notice. No Proprietary information should be submitted in response to this request. Any submissions will be considered to be public information and may be handled by non-government personnel. The Government will not pay for any information that is submitted by respondents. WAR FIGHTING EQUIPMENT & DEPLOYMENT BAGS. Sources are sought to provide War Fighting Assets and Troop Support Gear. With an Estimated Quantity of 850 per year for deployment bags. These deployment bags are required items for deploying Security Force members. All items in the bags must be Mil-Specifications and have been approved by HQ PACAF/Security Forces (SF). Logistical Detail (LOGDET) ?A? Bag and ?B? Bag kits. Equipment items to support LOGDET requirements listed on the Security Forces Unit Type Codes QFEB2, QFEBS, QFEBB, QFEBX, QFEBR and QFEBB. With an estimated quantity of each equipment LOGDET of 5 each per year. These items will be procured as either a whole package or as single line items to support the wartime mission of HQ PACAF/SF. Responder must understand and be able to deliver full LOGDETS of approved Security Force equipment to include shipping to bases in the Pacific Theater. HQ PACAF/SF is responsible for all security force units assigned to its command. Thus, as the directing authority it insures that the equipment listed on logistical details is funded and procured so the security forces can deploy and complete worldwide missions of the Air Force. For this requirement of Security Forces ?A? and ?B? bag kits along with all equipment listed the contractor is required to provide the equipment that makes up each of these bags and build equipment packages according to Air Force LOGDETs and HQ PACAF/SF guidance. Contractor will also be required to ship all items commercially to PACAF assigned bases. Contractor will also be responsible for providing training on equipment items at PACAF locations. Each bag will contain troop issue war fighting assets to be incorporated/assembled by the contractor (a complete listing of these contents will be issued to interested contractors under separate cover). Contractor will provide procedure for the sizing of the following with coordination of HQ PACAF/SF units for: The ?A? bag is a general bag that contains all items for each war fighter to survive in all austere environments. The ?B? bag is additional troop issue equipment for the war fighter to survive in ?Cold Weather? environments. There are some specific requirements in the ?A? and ?B? bag. All load bearing equipment and wear items will be ?Ranger Green? in color. Deployment bag will itself will be Ranger Green in color, 16?H X 35? X 17?D with outside pocket 13? H X28? W X 3?D. Bag will have two padded dividers. A large zippered slash pocket that runs the entire length of the backside of the bag is padded to accommodate 2 M4?s or similar sized weapons. The bag will have carry handles on both ends as well as top grab handles, rugged nylon wheels set in reinforced aluminum skid plate. Other requirements for the contents of bag: Assault pack must have PALS webbing along the inside back, an internal hydration pouch, two small internal pockets for storage of personal items, internal bottom straps for attaching medical or other inserts, large #10 YKK zippers, exterior of pack will have PALS/MOLLE attachment points, shoulder straps will have Drylux material for comfort and durability, color: Ranger Green. Other sole source requirements in deployments bag is ?Patagonia? Layering System. The anticipated contract type is a Blanket Purchase Agreement (BPA) in accordance with Federal Acquisition Regulation (FAR) 8.405-3. Any potential small business set-asides will be considered within the requirements of North American Industry Classification System (NAICS) 314999, the size standard for which is 500 employees or less to be considered a small business. Foreign participation is excluded. Specifically, this solicitation seeks the following information: Identification of sources and interested parties and Business size. All responses are requested to indicate if they are a large business, small business, small disadvantaged business 8(a) concern, women-owned small business, or HUB zone small business, etc. Interested companies are requested to identify their interest and capability to respond to the requirement. Companies responding to this synopsis should state whether they are a small or 8(a) certified business. Request that statements of capability be submitted via e-mail (preferred) attachment to the below listed POC. Hand carried or mailed copies are to be sent to 15 CONS/LGCZ, ATTN: MS NANCY BARNETT, 90 G ST, BLDG 1201, HICKAM AFB HI 96853. If hand carried or mailed, include a digital copy on CD. Responses should reference Solicitation FA5215-06-R-0001. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB), and is NOT to be construed as any commitment by the government. Routine communication concerning this acquisition should be directed to the points of contact listed below. Please submit responses via e-mail in Microsoft Office format by Nov 28, 2005. Collect calls will NOT be accepted.
 
Place of Performance
Address: Hickam AFB HI
Zip Code: 96818
Country: USA
 
Record
SN00933723-W 20051119/051117212034 (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 |
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.