SOLICITATION NOTICE
A -- Enhanced Capability Small Arms Protective Inserts (EC SAPI). - EC SAPI
- Notice Date
- 2/22/2013
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, Virginia, 22134-5010
- ZIP Code
- 22134-5010
- Solicitation Number
- M67854-13-R-1001
- Point of Contact
- Susan Leigh D'Lugos,
- E-Mail Address
-
susan.dlugos@usmc.mil
(susan.dlugos@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- DOT&E Hard Body Armor Test Protocol DD 254 ESAPI CO/PD 04-19G Statement of Work This Presolicitation Notice is being posted in advance of Solicitation No. M67854-13-R-1001 for prototype development, production, test, evaluation and data analysis of Enhanced Capability Small Arms Protective Inserts (EC SAPI). The forthcoming solicitation will be issued as a full and open, unrestricted, procurement. Information contained in this notice is subject to change. NO PROPOSALS are being requested at this time. The Marine Corps Systems Command (MARCORSYSCOM), Product Manager for Infantry Combat Equipment (PdM ICE) is conducting research and development to determine the level of protection afforded by the state of the art in body armor of a SAPI plate against the "d", "e" and "x" threats at the weight of current ESAPI. The Government anticipates awarding at least two contracts to produce limited quantities of plates (400 per awardee) for contractor conducted test and evaluation against these threats in multiple armor configurations at a National Institute of Justice (NIJ) certified laboratory. Resulting contract(s) will be Firm Fixed Price (FFP) with required delivery of ESAPI Prototype Plates within 75 days of contract award and delivery of a Final Test Report within 120 days of contract award. Evaluation factors will be set forth in the forthcoming solicitation. The resulting solicitation will require offerors to submit PDMs: 45 size medium EC SAPIs, and one (1) Dry-Lay-up of the proposed material solution. The dry lay-up must contain all materials utilized in the finished PDMs with the exception of any viscous adhesives used in the production of the submitted PDMs. Ballistic and non-ballistic materials in the PDMs and dry lay-up must be identical to those intended to be used in the quantities to be delivered under a resulting contract. A DRAFT Statement of Work (SOW) and Attachments J.1, J.4 and J.5 (referenced in the DRAFT SOW) are posted with this Pre-Solicitation Notice. Interested offerors are advised that all documents included in this announcement are considered to be in DRAFT form and are subject to change. The final versions will be released with the formal, forthcoming, finalized solicitation. NOTE: Attachments J.2 and J.3 below are restricted access documents. These documents will be made available to eligible vendors upon request when the solicitation document is posted. THESE DOCUMENTS are not currently available. Attachment J.2 - ESAPI Drawings - Available only to US Government agencies, private individuals, or enterprises eligible to obtain export-controlled technical data. Specifically, these drawings require that they be released in accordance with DOD Directive 5230.25 (http://jitc.fhu.disa.mil/jitc_dri/pdfs/d523025p.pdf). Offerors must either have an ACTIVE status certification, or complete a DD2345 and receive approval and certification by the Defense Logistics Information Service (DLIS), U. S./Canada Joint Certification Program (JCP). Marine Corps Systems Command has no authority to expedite or waive this requirement. Attachment J.3 - Classified Ammunition Description is not provided with this Pre-Solicitation notice. Instructions to request access to this Attachment are provided below. ACCESS TO CLASSIFIED AMMUNITION DESCRIPTION A classified attachment to the solicitation will be available but will not be provided to any prospective offeror unless approved by Marine Corps Systems Command (MCSC) Security. Prospective offerors requesting the classified attachment must submit a letter to the Procuring Contracting Officer, S. Leigh D'Lugos via email at susan.dlugos@usmc.mil that includes the Company Name, CAGE Code, the name/phone number of the Facility Security Officer and the classified mailing address. This information will be utilized to verify the offeror's Facility Clearance level for receipt and storage of classified information. If a prospective offeror is determined eligible to receive the classified document, the document will be provided via registered mail. IMPORTANT: Offeror's that do not currently possess a verifiable facilities clearance with a minimum level of SECRET are ineligible to submit a proposal. Solicitation Number M67854-13-R-1001 is anticipated to be issued within the next thirty (30) days and will be posted on the internet at the Federal Business Opportunities website located at the following address: https://www.fbo.gov. The online version of the solicitation will include all documents of the solicitation package. No hard copies of this solicitation will be issued. Amendments, if any, will be posted at the same location as the original solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a proposal. Proposals will be due forty-five (45) days after solicitation issuance. Those responding to the solicitation have the responsibility to obtain all amendments and/or other applicable documents. Offerors shall submit ALL questions in writing regarding this Pre-Solicitation Notice and DRAFT documentation to susan.dlugos@usmc.mil. In order to be eligible for award, interested parties much be registered into the System for Award Management (SAM), http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M67854-13-R-1001/listing.html)
- Record
- SN02993705-W 20130224/130222234030-fbefedf56bed19b16f8e013a767705f2 (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 |