SOURCES SOUGHT
84 -- Neutrally Buoyant Ballistic Protection System (NBBPS)
- Notice Date
- 6/10/2016
- Notice Type
- Sources Sought
- NAICS
- 315280
— Other Cut and Sew Apparel Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-16-I-ARMOR
- Archive Date
- 7/26/2016
- Point of Contact
- Demetrice Parker, Phone: 2024753348, Jackson McClam, Phone: 2024753410
- E-Mail Address
-
demetrice.parker@uscg.mil, Jackson.McClam@uscg.mil
(demetrice.parker@uscg.mil, Jackson.McClam@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Purpose: The purpose of this announcement is to obtain market research for informational purposes only and shall not be considered a solicitation, obligation, or commitment by the Government. This requirement is for Neutrally Buoyant Ballistic Protection System (NBBPS). THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. This RFI is for planning purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Response to this RFI will not be returned. All information provided may be utilized by the U.S. Coast Guard in developing its acquisition strategy and it's Statement of Work. The information resulting from this RFI may be included/combined with other submissions in one or more options considered in the analysis of alternatives. Any proprietary information that is submitted may be used in establishing requirements but specific information will be safeguarded as proprietary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. The purpose of this announcement is to obtain market research for planning purposes only. This announcement is for interested vendors/contractors who are capable of providing a Neutrally Buoyant Ballistic Protection System (NBBPS). The desired end state is for the NBBPS to have the following capabilities: • Built in, adjustable neutral buoyancy compensators capable of achieving neutral buoyancy of operator with an LE load of 60 lbs (including carrier and plates). (Required) • Built in, emergency personal flotation. (Required) • The operator will have the ability to select the level of ballistic protection required for the mission by inserting/removing different levels of armor. (Required) o Type IIIA o Type III o Type IV (Based on Ballistic Resistance of Body Armor National Institute of Justice (NIJ) Standard 0101.06 ) • Built in, emergency ‘spare air' for underwater egress. (Desired, but not required) The NBBPS will be required to perform in a maritime/salt water environment where operators are wearing varying configurations of Law Enforcement (LE) equipment and personal protective equipment (PPE), to include CBRNE contaminated environment PPE. An additional required capability is selectable automatic/manual inflation modes for the emergency auxiliary personal flotation system. A desired, but not required, capability is integrated "spare-air" to provide the operator with a minimum of five (5) minutes of air to enable egress from a capsized/submerged asset. Proposed uses of the NBBPS will include, but is not limited to the following: • Extreme cold weather/Arctic environments • Extreme hot weather environments • Remote and logistically isolated environments • Post-disaster environments • CBRNE contaminated environments • Search and Rescue missions • Maritime Law Enforcement missions • Maritime migrant interdiction missions • Counter-terrorism/homeland security missions • Military force protection/point defense missions • Military unique environments • Aviation Precision Marksman (sniper) • Shipboard gunnery personnel Generic Requirements (Carrier): 1. Must be sized to fit a 10" X 12" multi-curve "Swimmer cut" plate. 2. Must be a modular system allowing for the attachment of pouches or other elements to the carrier. 3. Front and back face composed of extremely durable, light weight, non-absorbent, highly water resistant materials capable of withstanding continuous exposure to salt water environments. 4. The material shall be made to withstand commercial cleaning products which will be used for decontamination after exposure to blood borne pathogens. 5. Utilize TUBES technology (or similar) closure system to allow the user to repeatedly place side armor or inflation devices in their correct position eliminating ballistic windows or gaps in coverage. TUBES closure systems create a silent entry and exit from the platform, lowers the profile of the platform and provides the dependability and durability that other closure systems lack. TUBES closures are built to US Military Specs allowing them to operate in temperatures from +160 to -30 degrees Fahrenheit without any degradation. As well as near-infrared (NIR) signature compliance under long and short wave devices, anti-fragmentation requirement, and emersion in saltwater, chlorine, and other common corrosives. Finally, TUBES closure systems provide quick donning and doffing abilities without relying on an intricate system of cables routed through channels that can be difficult to reassemble in the dynamic environments that Coast Guard personnel operate in. 6. There should be a release system that permits the operator to doff their carrier with only one hand within 30 seconds. This quick release system can be the same closure system use for standard operations as long as it meets these requirements. 7. MOLLE backward compatible design on front side, opposite back side, and arrangement of laser-cut and fused slits through the platform arranged in vertically aligned rows, configured for attaching pouches or other elements to the platform. 8. 4"x 9" (approximate) Velcro (pile/loop) also laser-cut and fused slits aligned with the design listed above for upper chest and back of carrier for USCG placard. 9. Detachable overlap cummerbund equipped with Ragnar M-4 5.56 pockets (or equivalent) located on the interior of the cummerbund. 10. Low profile approximate two inch wide belly band that can be worn in lieu of the overlap cummerbunds. 11. Low profile shoulder sleeves and straps 12. Buoyancy Compensator (BC) (or similar system) with inflation hose, accessible to the user while worn for inflation and deflation as needed. 13. Independent emergency personal flotation system shall be capable of providing a minimum of 45 pounds of positive flotation in seawater at a depth of 33 feet, 57 pounds of positive flotation in seawater at a depth of 15 feet, and 80 pounds of flotation on the surface (all figures approximate). a. Required - Manually activated (by pulling down and outward) CO2 charged cummerbund flotation system with under arm deployment. b. Desired - User selectable manually (by pulling down and outward)/automatically activated CO2 charged cummerbund flotation system with under arm deployment. Manual/auto selector permits unlimited selection of either mode by the operator as they traverse different environments through the mission. 14. Color: Required - Black / Desired - Coast Guard Blue (fabric color number 3362). 15. Desired - Spare air capability to allow the operator additional time to egress a submerged asset. The spare air system should be integrated into the NBBPS and provide approximately five (5) minutes of air at a depth of 33 feet. 16. Desired - carriers specifically designed for male and female operators. Generic Requirements (Ballistic Protection): A. Front/back/side soft armor - provide/deliver/warranty purchase of NIJ Standard 0101.06 Type IIIA soft armor inserts for 6,200 carriers (qty). B. Front/back Type III armor - provide/deliver/warranty purchase of NIJ Standard 0101.06 Type III Polyethylene Ballistic plate inserts for 2,000 carriers (qty). Plate weight shall not exceed 2.55 pounds per plate. C. Front/back Type IV armor - provide/deliver/warranty purchase of NIJ Standard 0101.06 Type IV Polyethylene Ballistic plate inserts for 1,100 carriers (qty). Plate weight shall not exceed 2.55 pounds per plate. D. Side Type III armor - provide/deliver/warranty purchase of NIJ Standard 0101.06 Type III Polyethylene Ballistic plate inserts for 2,000 carriers (qty). Plate weight shall not exceed 2.55 pounds per plate. E. Side Type IV armor - provide/deliver/warranty purchase of NIJ Standard 0101.06 Type IV Polyethylene Ballistic plate inserts for 1,100 carriers (qty). Plate weight shall not exceed 2.55 pounds per plate. F. Composition: Ultra High Molecular Weight Polyethylene (or similar) plate may include additional ballistic material, such as Aramid fiber, provided it still meets weight and NIJ certifications. G. All 10"X12" plates shall have a multi-curve radius and must have ergonomic angle cuts at the top left and right corners, "Swimmer cut". Approximate dimensions (9.6" X 11.8"), no more than 1.1" thick. H. All plates must have a polyuria Line-X (or similar) protective coating, to prevent exposure of the ballistic material contained within throughout the life of the plate. I. All Plates must be certified by the National Institute of Justice (NIJ) to meet or exceed the NIJ Standard 0101.06 criteria for Type III / IV for hard armor or plate inserts. Type III hard armor standard requires that samples be tested in a conditioned state with 7.62 mm FMJ, steel jacketed bullets (U.S. Military designation M80) with a specified mass of 9.6 g (147 gr) and a velocity of 847 m/s ± 9.1 m/s (2780 ft/s ± 30 ft/s). Type IV hard armor standard requires that samples be tested in a conditioned state with.30 caliber armor piercing (AP) bullets (U.S. Military designation M2 AP) with a specified mass of 10.8 g (166 gr) and a velocity of 878 m/s ± 9.1 m/s (2880 ft/s ± 30 ft/s). J. All Plates must be certified by the National Institute of Justice (NIJ) to meet or exceed the NIJ Standard 0101.06 criteria for Type III / IV for hard armor or plate inserts. This standard requires that samples be tested in a conditioned state with 7.62 mm FMJ, steel jacketed bullets (U.S. Military designation M80) with a specified mass of 9.6 g (147 gr) and a velocity of 847 m/s ± 9.1 m/s (2780 ft/s ± 30 ft/s). K. Vendor(s) must also provide a "Notice of Compliance" with NIJ Standard - 0101.06 for Level III ballistic plates. The notice must be issued by NIJ to the manufacturer indicating product compliance. No other certification or endorsement will be accepted. L. All hard armors plate inserts shall be subjected to a 24 shot P-BFS test and to either a 24 shot or a 12 shot BL test defeating six shots of each of the following additional rounds: Armor Type Ammunition Velocity Type III 7.62 FMJ, Steel Jacketed Bullets, U.S. Military designation M80, 147 gr 2780 ft/s ± 30 ft/s). Type IV.30 Caliber Armor Piercing, U.S. Military Designation M2 AP, 166 gr 2880 ft/s ± 30 ft/s M. Plates must be "stand alone". "In conjunction with" plates are not acceptable. N. Plates shall have a minimum of a five (5) year manufacturer's ballistic. The vendor shall provide a letter or certificate of warranty issued by the plate manufacturer indicating a 7 year ballistic warranty. Plate labels shall also indicate a 7 year warranty period. O. Plates must be manufactured in an ISO 9001:2008 / AS9100 C Certified manufacturing facility to ensure independently certified manufacturing and quality control standards. P. Vendors must directly coordinate all issues associated with the purchase/delivery of the Ballistic Plates with the U.S. Coast Guard Contracting Officer, USCG Director of Logistics or the Office of Specialized Capabilities within the 60 day period allotted for delivery frame. Requested Information: Vendors/contractors, who respond to this Request for Information (RFI), are requested to provide all of the following information, in writing, in response to this announcement and in accordance with the directions below: 1. Company name. 2. Company mailing address. 3. Company Point of Contact (One person's name, telephone number and e-mail address). 4. A full description of the flotation and ballistic protection system. 5. The Government is interested in alternative solutions as well that may not completely meet the requirements listed above. If proposed equipment matches most of the requirements please follow these instructions for the requested information for your company and equipment. 6. A listing of other agencies currently using your flotation and ballistic protection system. 7. Provide contact information for any of Department of Homeland Security (DHS) or Department of Defense (DoD) customers who have used your product(s) along with contract or purchase order numbers if available. 8. Business Size in accordance with the North American Industry Classification (NAICS) System. The expression of interest should state whether the concern is a Large or Small Business, and identify if Small Business Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) certified small business, Veteran Owned Business, Service Disabled Veteran Owned Small Business and business size under the potential NAICS. The RFI response shall also include whether the company is the manufacturer, and if not the name of the manufacturer. 9. Dun and Bradstreet number. 10. Any Government contracts held including General Services Administration (GSA) Schedule (include the GSA schedule number). 11. Please indicate with your submission whether your firm has recently submitted a proposal for a similar requirement, with DoD, DHS, or other U.S Federal Government agency. Please be sure to include the full agency name, solicitation number, and Contracting Officers name and point of contact information. Additionally, all interested vendors/contractors shall also include a product brochure/literature and a Rough Order of Magnitude for each neutrally buoyant ballistic protection system including: 1. Unit cost* 2. Estimated annual maintenance cost* 3. Estimated service life 4. Estimated product/production delivery lead time *Cost estimates should be based on existing/currently available systems. PROVIDE ANY OTHER PERTINENT INFORMATION RELATING TO THIS RFI THAT WILL ASSIST THE GOVERNMENT IN ADJUSTING OR IMPROVING THE GENERIC REQUIREMENTS. Submittal of Information: The information requested by this RFI shall be provided, in writing, by no later than close of business (2:00 p.m. Eastern Standard Time) on Monday, JUL 11, 2016 via email, attention:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-I-ARMOR/listing.html)
- Place of Performance
- Address: 2703 Martin Luther King Jr. Ave SE Stop 7828, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN04145727-W 20160612/160610234041-205afb2d98051e62beaa71479451e961 (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 |