SOLICITATION NOTICE
84 -- R&D Effort of Transparent Armor Applicaions for Personnel Protective Equipment. Specifically the development of improved face shields and goggles.
- Notice Date
- 11/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY10T0005
- Response Due
- 11/27/2009
- Archive Date
- 1/26/2010
- Point of Contact
- stephen abate, 508-233-4018
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(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. 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 research and development of improved materials for transparent armor applications for Personal Protective Equipment, specifically the development of various improved face shields and goggles. This is a 100% Small Business Set-Aside combined synopsis/solicitation W911QY-10-T-0005. The NAICS Codes for this acquisition 325211. Vendor Scope of Work: 1. Requirements: The contractor shall fabricate monolithic polymer materials with various materials and thicknesses. The contractor shall fabricate hybrids using potential candidates that are determined through research and development efforts of NSRDEC representative. Following are examples of materials that may be used in this work. This is may not be all inclusive. Examples of materials to be evaluated are: Trogamid CX Trogamid T Impact modified PMMA Polyurethanes Polyureas Examples of the thicknesses to be fabricated for each material will be: 0.125, 0.25,0.375, 0.5, 0.625 - Inches. Examples of inorganic materials* to be evaluated are: Borosilicate Sapphire Others * These materials will be furnished by Government as required. 2. Period of Performance: The estimated period of performance is 12 months. 3. Travel: Travel is anticipated under this contract. Travel to the NSRDEC (one trip) may be required over the duration of this contract. 4. Security: No security clearance is required for this work. 5. Personnel Qualifications: The contractor will require knowledge of polymer processing, especially, injection molding and transparent armor requirements. a. General Experience. The contractor shall have expertise in polymer processing in general. b. Specialized Experience: The contractor shall have demonstrated skills in injection molding and optical property determination of transparent armor materials and hybrids. 6. Government Furnished Equipment/Information/Computer Utilization: Government Furnished Materials anticipated for this effort may include inorganic transparent materials identified above in paragraph 2. 7. Deliverables: Monolithic polymer materials samples described above in paragraph 2. Samples shall be 6 inches X 6 inches. Up to 100 samples, but not less than 50 plaques per sample set. 8. Place of Performance: The primary place of performance for this work will be contractors facility. 9. Contract Management/Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective research performed in accordance with the requirements contained in the statement of work. 10. Contractor Manpower Reporting The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: (a)Contracting Officer, Contracting Officer, Contracting Officers Technical Representative (b)Contract number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, email address, identify of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. Proposals may be submitted via email or 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 EST 27 Nov 2009. 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 compared 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 This will enhance the research capability of the Warfighter Performance investigators at NHRC to conduct more sophisticated research efforts promoting the performance, training, and return to duty status of military personnel..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/notices/74800fe7ca4fdf4e80dd797f01b77a1a)
- Place of Performance
- Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) 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
- SN02007268-W 20091121/091119235344-74800fe7ca4fdf4e80dd797f01b77a1a (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 |