Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2012 FBO #4001
SOLICITATION NOTICE

84 -- ARMY COMBAT PANT ALTERNATE INTEGRATED REMOVABLE HARD SHELL KNEE PAD

Notice Date
11/5/2012
 
Notice Type
Presolicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Natick Installation, BLDG 1 KANSAS STREET, Natick, Massachusetts, 01760-0000, United States
 
ZIP Code
01760-0000
 
Solicitation Number
W911QYACPKNEEP
 
Archive Date
12/6/2012
 
Point of Contact
Daniel J Purcell, Phone: 5082336335, Daniel J. Purcell, Phone: 5082336335
 
E-Mail Address
daniel.j.purcell.civ@mail.mil, daniel.j.purcell.civ@mail.mil
(daniel.j.purcell.civ@mail.mil, daniel.j.purcell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Product Manager, Soldier Clothing and Individual Equipment (PM-SCIE) requests capability statements from companies for the purpose of identifying potential sources to assist in the development of an innovative Design and Specification which will consolidate the capability requirements of the integrated removable hard shell knee pad for the Army Combat Pant (ACP). This is a Request for Information (RFI) only. The Purchase Description of the ACP is available in the following/attached document: • Purchase Description, Pant, Army Combat GL/PD 12-25 The characteristics of this integrated removable hard shell knee pad: a. The integrated removable hard shell knee pad shall integrate into the ACP knee pocket without modification to the ACP. b. Total weight of the integrated removable hard shell knee pad shall be no greater than 0.35 lbs/pair. c. The integrated removable hard shell knee pad shall provide shock attenuation based on test pendulum impact rig (based on the EN1621 motorcycle protection test) of 25kN or below. The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI Request for Information received by the Government will not be accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL or PDF format will be rejected and considered nonresponsive. Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products, the ability to modify existing products and/or develop new products that could meet the requirements described herein. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the Government. Interested parties should respond by 21 November 2012. Address any questions about this request for information to Mr. Danny Hanson via e-mail at danny.w.hanson.ctr@mail.mil or the following address. Product Manager Soldier Clothing and Individual Equipment ATTN: Danny W. Hanson 5981 13the Street, Building 1155 Fort Belvoir, VA 22060-5800 Qualified sources are requested to electronically send their information via email with their Company Name and Solicitation number in the email subject line to: Mr. Danny Hanson, email: danny.w.hanson.ctr@mail.mil. Please include the following information in the body of your email in the following format: 1) NAICS code(s) under which you will perform this task. 2) Company address, telephone number, primary contact(s) with e-mail address (es) and CAGE code. 3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov.). 4) Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, This can also include current or past performance of providing this or similar products to the Government. 5) Minimum and maximum delivery schedule per month and anticipated volume discounts. 6) Ramp schedule. 7) All assumptions, including any assumed/required Government support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/08a464e20639eb4f4446cbc880b36753)
 
Record
SN02924513-W 20121107/121105234229-08a464e20639eb4f4446cbc880b36753 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.