SOLICITATION NOTICE
13 -- SOFT ARMOR SHOOTPACKS FOR BALLISTIC TESTING
- Notice Date
- 2/24/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY06T0015
- Response Due
- 3/13/2006
- Archive Date
- 5/12/2006
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Soldier Systems Center has a requirement for Soft Armor Ballistic Shoot Pack Systems. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation FAR Subpar t 12.6, utilizing simplified acquisition procedures in accordance with FAR Subpart 13.5, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the Soft Armor Shootpack Systems. Propos als are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W911QY-06-T-0015. The Soft Armor Shootpack System will have the following salient characterisitcs: The Shoot pack System consists of tw o components: 1. A ballistic filler packet and 2. A carrier. The carrier holds the filler packet and has a second pocket capable of holding additional armor samples for testing. The ballistic filler packet is 15x 15 inches in size consisting of 28 plies, 6 00 denier KM2r, style 706, 36 X 36, water repellent treated fabric. The ballistic packet shall be stitched diagonally across the 4 corners with a 5-inch line of 50 TEX Aramid thread at 5 to 10 stitches per inch. The carrier is sized to accept the ballistic filler with minimum ease but without causing bunching. It consists of three layers of 500 denier 7.5 oz. / sq. yd., urethane back coated, textured nylon, Cordura. The Offeror will stipulate colors for each layer with their proposal. The layers are arrange d to form a pouch with two individual pockets. The three layers may be integral forming a single pouch with a center divider, or the front pocket may be a patch pocket sewn to the main pouch). The layers of the carrier are to be stitched together on 3 side s with nylon or polyester thread to form the pockets. The fourth side is to be finished to prevent raveling, and have a minimum of 5 inches of not less than 0.5 inch hook and loop fastener centered and stitched to the top to close each pocket. With the hoo k and loop closed the front pocket must have a usable area not less that 14 1/2 inches high x 12 inches wide. The Shoot Pack System is assembled so that the ballistic filler is placed in the rear pocket and the front pocket is left empty. The Offeror shall provide with each shipment a certificate of conformance from the weaver for the ballistic filler material, indicating the lot, properties and ballistic test data. The solicitation document and incorporated provisions and clauses are those in effect throug h Federal Acquisition Circular 2005-03 dated 11 April 2005 and Defense Federal Acquisition Regulation DFAR Supplement, 1998 edition, current to DCN 200503023. The applicable NAICS Code is 332992 with a size standard of 1000 employees. The Government anti cipates awarding a single firm-fixed price/requirements contract with one CLIN for a minimum quantity of 50 units and maximum quantity of 2000 units and two CLINs as options with a minimum quantity of 50 units and a maximum quantity of 2000 units. The orde ring period shall remain in effect for 12 months from the date of the contract award. The Offeror shall be able to deliver the minimum quantity of 50 units within 60 days after an order is received. The designated Government activity for which this Require ments contract will apply is the United Stated Marine Corps. The contract will be issued by U.S. Army RDECOM Acquisition Center, Natick, MA on behalf of the USMC. This Requirements contract does not apply to elements of the U.S. Army or other elements of the U.S. Government; however, this does not preclude the ordering of the Soft Armor Shootpack System for organizations other than the USMC. The provision at FAR 52.212-1, Instruction to Offerors- Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destination and Inspection and Acceptance shall be at D estination by the cognizant receiving authority. Offerors are requred to submit one Product Sample with their proposal. The Government will not return any samples submitted. Offerors shall submit, limited to 3 pages, a description of their facilities, e quipment and personnel that will be utilized for this effort, which provides convincing evidence that the offeror can produce the required quantities within the required schedule. Offerors shall provide the unit price for the estimated quantity and describ e any economic pricing with their proposal. Offerors are encouraged to provide pricing for economic order quantities, i.e. 1 to 1000, 1001 to 2000, etc. The Government may determine that a proposal is unacceptable if the proposed prices relative to any economic ordering quantities are materially unbalanced. Unbalanced economic ordering pricing exists when, despite an acceptable total evaluated price, the unit discount pricing is significantly understated or overstated as indicated by the application of price analysis techniques. The following areas will be evaluated and are stated in order of importance (Technical, Price,Past Performance: TECHNICAL AREA: The Offeror's technical capability will be evaluated based on literature/information/product sample submitted with respect to meeting or exceeding the Government's stated requirements. PRICE AREA : Price will be evauluated on the total offered price to include economic ordering discount pricing and option years. PAST PERFORMANCE AREA : The Offeror's pas t performance with Governemnt and Commercial customers in the same or similar work described herein will be evaluated. In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) database. The web site to r egister or check on your status is http://www.ccr.gov/. Offerors shall comply with 10 USC ? 2533(a), commonly referred to as the Berry Amendment. Offerors are required based on this announcement to submit hard copy proposals (to include product literature ) as described herein. Offerors shall include the full text provision FAR 52.212-3 entitled Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alternate I (Apr 2002) , completely filled out, within your technical proposal, as well as DFARS 252.212-7000, entitled Offeror Representations and Certifications-Commercial Items (Nov 1995). NOTE: An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electro nically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition. Other clauses that apply are as follo ws: 52.204-7 Central Contractor Registration (Oct 2003), 52.247-34 FOB Destination (Nov 1991), 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Deviations in Clauses (Apr 1984), 252.204-7004 ALT A Central Contractor Registratio n (Nov 2003) and 252.225-7002 (Apr 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Aternate I (Oct 1995), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disa bilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition to include 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domest ic Commodities (June 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of supplies by Sea (May 2002). All clauses referenced herein may be accessed electronically at the following web addresses: htt p://www.arnet.gov/far and http://farsite.hill.af.mil/. If you plan on participating in this acquistion you are required to provide your name, address, phone number, and E-mail address to Kevin Parker via E-mail to Kevin.Parker@natick.army.mil or fax to (5 08)233-5286 for notification of amendments. If you should have technical questions, please submit them by E-mail up to Thursday, 9 March 2006. Proposals shall be submitted to the US Army RDECOM Acquisition Center, Natick Contracting Division, ATTN: AMSR D-ACC-NM (Kevin Parker) Kansas Street, Building 1, Natick, MA 01760-5011. The closing date and time for this combination synopsis/solicitation is Monday, 13 March 2006 by 3:30 Eastern Time.
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00994315-W 20060226/060224212406 (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 |