Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2016 FBO #5481
SOURCES SOUGHT

99 -- EOD Bomb Suit Sources Sought - Sources Sought/RFI

Notice Date
11/23/2016
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-17-R-3004
 
Archive Date
1/11/2017
 
Point of Contact
S. Chase Cooper, Phone: 8502836844, Flavio Ely,
 
E-Mail Address
stephen.cooper.15@us.af.mil, flavio.ely@us.af.mil
(stephen.cooper.15@us.af.mil, flavio.ely@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/RFI AFICA 772 Enterprise Sourcing Squadron SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement in support of Directorate of Air Force Civil Engineer Center (AFCEC) for the purchase of Explosive Ordinance Disposal (EOD) Bomb Suits. The intent is to eventually award a multiple year contract to allow for the total acquisition of approximately 325 suits and helmets along with accessories. This total number may fluctuate up or down depending on the bomb suit's shelf life. In order for the USAF to better understand the capabilities of the bomb suit industry, please address the questions below. Ensure to answer each question in reference to the bomb suit that is being offered or manufactured by your company. 1. Does the proposed suit meet the requirements for bomb suits set forth in NIJ Standard 0117.01 - Public Safety Bomb Suit? 2. Has the proposed suit been certified according to the requirements set forth in NIJ CR-0117.00, Public Safety Bomb Suit Certification Program Requirements? 3. Does the proposed suit provide, or allow for the integration of, CBRN protection without degrading original suit protection levels? 4. What proposed suit sizes are available and what heights and weights of both male and female body types do the sizes cover? 5. How much does the total proposed ensemble weigh? (include weight breakdown of each major component) 6. Does the proposed suit have an integrated cooling system? 7. Is there third-party testing data available for the proposed suit for protection level and capabilities claimed? Does the third-party testing data include blast overpressure? If so, what is/are the blast overpressure readings? 8. What color fabrics are available for the proposed suit? 9. Does the proposed suit offer/include back protection for the entire body? 10. Does the proposed suit have the capability to add ballistic protection plates providing an additional measure of protection? 11. Does the proposed suit allow for integration of standard radio systems with voice activated capability or push-to-talk communication? 12. What is the service life of the proposed suit? 13. Does the proposed suit provide, or allow for the integration of SCBA/Respirators? 14. Is the proposed suit/helmet compatible with any other suits/helmets that are currently on the market? 15. Does the proposed suit helmet provide integrated lighting? 16. What proposed suit helmets are available and what sizes are covered? 17. Does the proposed suit provide for emergency extraction? 18. What is the shelf life of the proposed suit and helmet? 19. Is the proposed suit manufactured by a small business or a large business? 3. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for information (RFI). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 4. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 315990 - Apparel Accessories and Other Apparel Manufacturing, is applicable to this acquisition. The small business size standard for this NAICS is 500 employees. It is anticipated that the first order will not be until August 2017. 5. Contractors who can provide this product should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Provide a point of contact to include telephone number and email address. d. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? e. Provide an additional NAICS code with justification that you would recommend as being more applicable. f. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon NAICS 315990. Specify all that apply. g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 h. Please provide your thoughts on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. i. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified. j. Is this product available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. k. Do you have any other comments or suggestions that you would like to share with us? 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: flavio.ely@us.af.mil and stephen.cooper.15@us.af.mil 7. All responses shall be received by Friday, 27 December 2016 at 4:30 PM central time. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contracting Officer, MSgt Flavio Ely (flavio.ely@us.af.mil) and Contracting Officer, Mr. Stephen Cooper (stephen.cooper.15@us.af.mil). The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/090e8c9ecdd0a10600af0032b442b93d)
 
Record
SN04335880-W 20161125/161123234159-090e8c9ecdd0a10600af0032b442b93d (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.