SOLICITATION NOTICE
84 -- Ruggedized Fire Resistant Trousers
- Notice Date
- 8/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- 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
- W911QY09T0044
- Response Due
- 9/1/2009
- Archive Date
- 10/31/2009
- Point of Contact
- stephen abate, 508-233-4018
- E-Mail Address
-
RDECOM Acquisition Center - Natick
(stephen.abate@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 U.S. Army RDECOM, Natick Contracting Division has an acquisition requirement for ruggedized Fire Resistant Trousers that demonstrate increased durability in the seat, crotch and knees, increased comfort in the over-all garment while maintaining the general appearance of the current Fire Resistant Army Combat Uniform Trouser. Manufacturers must be able to produce and deliver up to 8000 garments within 90 days of contract award. This is a 100% Small Business Set-Aside combined synopsis/solicitation W911QY-09-T-0049.. The NAICS Codes for this acquisition 812332, 315211. Offerors will submit 1 PDM (any pattern, sized medium). Quotes may be sent by overnight or regular mail to Stephen S. Abate c/o U.S. Army RDECOM, Natick Contracting Division ATTN: AMSRD-ACC-NS, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Stephen Abate via email at stephen.abate@us.army.mil. The closing time and date for quotes will not be later than 1pm EDT September 1, 2009. CLIN 0001: Ruggedized Fire Resistant Trouser (UCP) -Subject to avaialability of funds Potential Offerors will quote on the following quantities: o3500 ea o8000 ea Baseline Salient Characteristics applicable to all CLIN 0001 a.The Army Combat Pant shall be constructed of Fire Resistant materials which provide protection equal to or greater than Fire Resistant Army Combat Uniform fabric and meets or exceeds ASTM D 6413 Vertical Flame Test 12 sec exposure. 2 sec after flame / 5 sec afterglow/ 5 char length. As well as equal to or superior performance on Pyroman, when exposed to a 4 sec demonstrated thermal incident as outlined in ASTM F-1930-00. There shall be no melting or dripping exhibited either during or after flame exposure. b.Provide the same general appearance as the current FR ACU trouser c.Be printed in the Universal Camouflage Pattern (UCP), and capable of meeting all required shade standards and Near Infrared Signature requirements. d.Provide belt loops capable of supporting and compatible with all military equipment e.Has a ruggedized seat capable of withstanding ASTM D 3884 Taber abrasion resistance of 1500 cycles at 500grs weight and H 18 abradant. f.Minimum 8 pocket configuration (2 hip, 2 back, 2 cargo and 2 calf). g.Fly and Crotch construction must be durable. Crotch Construction must exceed current FR ACU and ACU Trouser tear strength, and must allow for increased movement in this area. h.Requires integrated removable hard-shell knee pad with flap capable of covering knee pad insertion point to prevent soil and debris from entering the pant when knee pad is not in use. i.Total weight with knee pads installed will be equal to or less than 2lbs 3 oz. for size Medium Regular or equivalent. j.Size range must be sufficient to fit the 95th percentile of all soldiers. Listed below are Desirable Salient Characteristics for CLIN 0001: (Exceeding Objectives) a.The construction and materials should attain the following characteristics: low noise detection signature; color and shade integrity; heat and moisture management. Above all the material make up of the pant must provide demonstrable increases in durability to the Seat, Crotch and Knees either through increased material durability and/or design improvements. b.Material must be able to be printed in Universal Camouflage Pattern and be used in other military items so that not to create any unique supply chain issues. c. Belt loops shall be of a quantity sufficient to cause the belt to support the downward stresses of the pant without permitting bunching or sagging and without hindering the attachment of items of equipment and holsters. Belt loops must be of a sufficient width to perform the above without breaking, and large enough to allow the passage of a riggers belt through the loops single handedly. d.Additional knife or pen pockets with secure closures. e.Built in repair that has the capability to repair snags, rips or tears in field environment without the need for additional specialized equipment and without affecting the safety of the user. f.Fly and Crotch construction should incorporate methods which enhance ease of release for donning and doffing in emergency situations, and use current industry practices to ensure reproducibility for other items. Crotch Construction must utilize innovative design that reduces crotch failure due to stress and enhances user mobility, comfort and durability g.Point of knee pad integration must provide for drainage of water and debris. h.Knee pad must accommodate adjustment for height and lateral movement of knee pad. i.Integrated knee pads must provide shock attenuation based on test pendulum impact rig (based on the EN1621 motorcycle protection test) of 25kN or below. j.Have a cinch able pant leg cuff k.Total weight with knee pads installed will be less than 2lbs 2.5 oz. for size Medium Regular or equivalent. l.Size range should be small enough to fit 95th percentile of all soldier without creating an undue logistical burden 2. LABELING, PRESERVATION, PACKING, PALLETIZATION, AND MARKING (SEE ATTACHMENT 1 and 2) a)All labeling, preservation, packing, palletization, and marking of the ACP items and accessories shall be in accordance with standard commercial practices that allow the items to reach their final destination in their original condition. b)Shipping container markings shall be durable and legible, and shall include the item nomenclature, national stock number (after assigned), quantity, weight and cube, contract number, and contractor name, address and telephone number. c)Packing shall be in accordance with ASTM D 3951. Each item shall be individually wrapped or boxed. Any Use and Care Manuals and Warranty Card included with each item shall be placed in the top of the box as to ensure access to it prior to unpacking the item. The contractor shall mark all containers in accordance with Attachment 1 of this solicitation, titled Marking of Containers, dated 24 May 2005. The contractor shall label items in accordance with Attachment 2 of this solicitation, titled Item Labels, Equipment Sample. 3. INSPECTION Inspection will take place upon receipt of the components that meets the requirements of the contract as specified in the Salient Characteristics in Addendum to FAR 52.212-4. The contractor shall repair or reject, as required, any defective items during the performance of the contract. The Government reserves the right to witness all contractor inspections, inspection documentation, and perform those verification tests it deems necessary to determine conformance to specified requirements. The contractor shall allow the Contracting Officer or their authorized designee to enter the contractors and subcontractors facility (if any) for the purpose of observation or consultation during all phases of manufacturing. The Government reserves the right to inspect or test any supplies that have been tendered for acceptance. 4. DELIVERY SCHEDULE The Governments requirements shall be given to the Contractor by the timely issuance of delivery orders, duly executed by the Contracting Officer in accordance with the Order Limitations (FAR 52.216-19) Delivery Schedule. The following delivery schedule is the maximum quantity required by the Government to be delivered per month. CLIN 0001 - 3500-8000 systems 90 days after issuance of delivery order 4. TECHNOLOGY INSERTION After contract award, the contractor is highly encouraged to evolve with industry standards and innovation, technology improvements or changes to Army Combat Pant. These improvements or changes are encouraged in weight reduction, durability, and improved management of heat and physical stress and overall program cost or for any other purpose which presents a technological advantage to the Government. As part of the proposed changes the contractor shall submit a price proposal to the contracting Officer for evaluation. Those proposed technology improvements that are acceptable to the Government will be processed as modifications to the contract. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 Instructions To Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items with Addenda below; Addendum to 52.212-2 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement (Salient Characteristics); past performance and price. Technical is of greater importance when compare to past performance and price combined, past performance is of greater importance when compared to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of addendum), 52.212-3 Offeror Representation and Certifications - COMMERCIAL ITEMS. A completed copy must be submitted with the offer; 52.212-4 Contract Terms and Conditions Commercial Items;Addnedum to 52.212-4; 1. ITEM DESCRIPTION/MISSION REQUIREMENTS Throughout the Army Warfighters require clothing that is durable, functional and provides the protection they require to accomplish their missions. From conducting convoy operations, urban combat or dismounted operations in harsh mountain terrain, the difference between mission success and debilitating injury or death is often balanced on the quality and configuration of the clothing and equipment the Soldier is using. The environmental conditions, under which the ACP will be used, will range from tropic to arctic and from arid desert to open ocean including all weather conditions in these environments. The ACP should be Fire Resistant, durable and comfortable, while providing improved knee protection capabilities over the current FR ACU Trouser. The ACP should have demonstrable improvements in the durability of the Seat, Crotch and Knees through either improved materials or design, over the current trouser.52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes Of Executive Orders - Commercial Items(Deviation); Other FAR clauses that apply to this solicitation are: 52.203-3 Gratuities; 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government; 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Disabled Veterans; 52.222-36 Affirmative Action; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3 Protest After Award; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities. 252.232-7003 Electronic Submission of Payment Requests. All clauses applicable to this solicitation may be accessed electronically at the following: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. To be eligible for award, all offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY09T0044/listing.html)
- 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
- Zip Code: 01760-5011
- Record
- SN01922978-W 20090824/090822233936-62fbb653757de29ec5a1695d9bcdca0a (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 |