SOURCES SOUGHT
84 -- Clothing / Sewing Fabrication Services BPAs
- Notice Date
- 8/22/2012
- Notice Type
- Sources Sought
- NAICS
- 315299
— All Other Cut and Sew Apparel Manufacturing
- Contracting Office
- ACC-APG - Natick (PADDS), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K-2180-2209
- Response Due
- 9/1/2012
- Archive Date
- 10/31/2012
- Point of Contact
- Steven Streeter, 508-233-6180
- E-Mail Address
-
ACC-APG - Natick (PADDS)
(steven.e.streeter4.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army AAC-APG Natick Contracting Division, Natick, MA, has a requirement in support of the Warfighter Protection and Aerial Delivery Directorate (WARPAD), is looking for contractors to provide the following services: All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 315299. The Standard Industrial Classification (SIC) Code is 2389. Aerial Delivery Prototyping/Fabrication Support Statement of Work 1. Background: The work performed includes fabrication of aerial delivery items (e.g. but not limited to, low cost canopy, cargo container, nets, bridles, deployment bags) and equipment (e.g. but not limited to, drop bags, harness systems, straps, holders) prototypes to augment the prototyping and small production run capabilities of the Warfighter Protection and Aerial Delivery Directorate's Aerial Delivery Design and Fabrication Team (ADDFT). The work includes making prototypes according to the drawings, samples, and specifications provided. Material may be provided by the government. The contract allows ADDFT to respond more swiftly to strategic partner requirements that go beyond in-house capabilities. Work will be performed at the vendor locations by trained technicians. The contractor's facility must be located within 200 miles of NSRDEC. The work covered in this statement of work is through a relationship to be established via a Blanket Purchase Agreement (BPA) or use by a credit card purchases for purchases below BPA threshold. BPA's allow quick access to services and supplies not available in-house that are necessary to complete prototypes and small production runs. 2. Requirements: The Contractor/s shall fabricate prototypes primarily composed of fabric/notions based on drawings and samples provided by ADDFT within timeframes specified by ADDFT. a. General Requirements. The contractor's primary focus shall be to: Fabricate aerial delivery items and equipment prototypes in compliance with ADDFT provided drawings, samples, and specifications. b. Specific Requirements: The contractor shall: (1) Develop patterns, cut materials and fabricate prototypes per the provided drawing, samples, and specifications. (2) Provide quality inspection of all items produced using established inspection procedures based on drawings, specifications and ADDFT guidance. (3) Immediately report to NSRDEC POC any problems encountered in producing items. 3. Period of Performance: The estimated period of performance will be a five year agreement. 4. Travel: Travel is not anticipated under this contract. 5. Security: A security clearance is not required for this work. 6. Personnel Qualifications: The contractor shall have the understanding of: a. General Experience. The contractor shall have expertise in producing either aerial delivery items or equipment or both. The contractor shall have the capability to work with a wide variety of materials to include but not limited to: heavy duty bulky materials, single and multiple layered webbings, and canopies sizes varying from 34ft diameter to 100ft. b. Specialized Experience: The contractor shall have demonstrated experience and understanding in prototype fabrication to include factory trained technicians. The contractor shall have demonstrated skills in developing patterns and initial samples produced from drawings/samples/photographs. The contractor shall have the ability to troubleshoot and offer technical solutions to prototyping problems. 7. Government Furnished Equipment/Information/Computer Utilization: The prototype fabrication will be conducted at the contractor's factory without the use of any Government Equipment. Government will furnish information such as drawings, samples, and specifications to be used to facilitate the production of the items. 8. Other Direct Costs (ODCs): The Government does not anticipate ODCs for materials. 9. Deliverables: The deliverables will be fabricated prototypes primarily composed of fabric based on drawings/samples provided by ADDFT in accordance with the Contract Data Requirements List (CDRL) DD Form 1423. 10. Place of Performance: The primary place of performance for this work will be at contractor/s facility. 11. 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 or scientific services performed in accordance with the requirements contained in the statement of work. A monthly or quarterly status report will be provided to the Government with the following information: Summary of work accomplished during the reporting period and percent complete Any problem areas or potential problem areas Schedule of activities planned for the next reporting period and number of remaining hours to complete activities If monthly: This report is due no later than the 10th calendar day of each month If quarterly: This report is due no later than the following dates: 15 January for the period 1 October to 31 December; 15 April for the period 1 January to 31 March; 15 July for the period 1 April to 30 June; and 15 October for the period 1 July to 30 September. 12. Invoicing: The Contractor shall bill no more than once monthly and at least quarterly. Invoices must include, as a minimum, the following information: Time Period Covered Direct Labor Hours Labor Category(s) Hourly Rate Travel with description (if applicable) ODCs with description (if applicable) Any applicable indirect costs Telephone calls will not be accepted. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army ACC-APG, Natick Contracting Division via e-mail to: steven.e.streeter4.civ@mail.mil no later than 5:00 PM (EST) on September 7, 2012. Contracting Office Address: AAC - APG Contracting Center - Natick CCAP-SCN, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Steven Streeter, Supervisory Contract Specialist (508) 233-6180 steve.streeter@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d37d57612b9be7388eea35cc284860a9)
- Place of Performance
- Address: ACC-APG - Natick (PADDS) ATTN: CCRD-NA, Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02850848-W 20120824/120823001231-d37d57612b9be7388eea35cc284860a9 (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 |