SOLICITATION NOTICE
84 -- NAVY WORKING UNIFORM, TYPE II AND TYPE III.
- Notice Date
- 6/7/2010
- Notice Type
- Presolicitation
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- 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
- W911QY-10-R-0047
- Response Due
- 7/5/2010
- Archive Date
- 9/3/2010
- Point of Contact
- Kevin Parker, 508-233-5937
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(kevin.james.parker@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Naval Facilities Command (NAVFAC), has a requirement for production of the Navy Working Uniform, Type II (desert pattern) and Type III (woodland pattern). The Type II shall replace the current Digital Camouflage Uniform (DCU) worn by Naval Special Warfare (NSW) and Type III shall replace the Camouflage Utility Uniform (CCU) issued to all Expeditionary Sailors. The new uniforms will increase the combat utility of the current uniform design, be more durable than the current desert uniform and more comfortable then the woodland uniform. The new utility shall provide new camouflage pattern for improved visual and infrared concealment. This requirement will be issued as Full and Open with a 25% Small Business Participation requirement. The North American Industry Classification System (NAICS) Code for this effort is 315211 and the Small Business Size Standard is 500 Employees. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). The Government intends to make multiple Firm-Fixed Price (FFP) Five-Year Indefinite Delivery/Indefinite Quantity (IDIQ) awards as a result of the Request for Proposals (RFP) but reserves the right to make a single or no award. The Government intends to order an overall minimum of 25,000 sets and a maximum of 172,000 sets. For the purposes of this Acquisition a set comprises of 3 tops, 3 bottoms, 2 covers (hat), 1 parka, 1 fleece liner for the parka and 1 helmet cover. The Government anticipates that one or more of the items will be required to be provided via the Federal Procurement List (FPL) as part of the Solicitation. The Government anticipates a five year ordering period. The Government reserves the right to change any of the above stated requirements or quantities at any time prior to the release of the RFP. Comments relating to this synopsis should be submitted via email to Kevin Parker at kevin.james.parker@us.army.mil no later than 21 June 2010. The Government will not be providing written correspondence to received comments. The Government anticipates releasing a DRAFT Request for Proposal for review and comment on or about 16 June 2010. The actual Request for Proposal (RFP) is expected to be released to the Natick Contracting Website (https://www3.natick.army.mil) and FedBizOps (www.fbo.gov) on or about 30 June 2010 and the RFP will be open for thirty (30) days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fd8e062d5fc218426d1a97a3ef2cb717)
- 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
- SN02169671-W 20100609/100607234358-fd8e062d5fc218426d1a97a3ef2cb717 (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 |