SOLICITATION NOTICE
84 -- Modular Scalable Vest (MSV)
- Notice Date
- 1/7/2020 12:22:20 PM
- Notice Type
- Presolicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-19-R-0066
- Response Due
- 2/21/2020 7:00:00 AM
- Archive Date
- 03/07/2020
- Point of Contact
- Karen Gibson, Contract Specialist, Phone: 410-278-5405, Lisa J. Yamakawa, Contracting Officer, Phone: 410-278-6129
- E-Mail Address
-
karen.gibson2.civ@mail.mil, lisa.j.yamakawa.civ@mail.mil
(karen.gibson2.civ@mail.mil, lisa.j.yamakawa.civ@mail.mil)
- Description
- ***NOTE*** Due to�the change in fiscal years, the Proposed Solicitation Number for this notice, W91CRB-19-R-0066, is changed to W91CRB-20-R-0001. 11/26: ""Notice of Limited Distribution"" and updated ""Request for Access..."" forms uploaded. All vendors, regardless of prior approval to documents,�must submit a Request for Access�form to the POC below�AND request access to the attachments�through beta SAM website. The Request for Access form�is an unrestricted document found in the attachments list. 10/9: Updated PD and Pattern attachments provided. - If�a vendor was authorized to receive the initial set of PD/Pattern documents, they must request access through FBO for access to these documents. -If a vendor has not been authorized to receive the documents, they must submit a request for access questionnaire to the POC below�AND request access through FBO. The Army Contracting Command - Aberdeen Proving Ground is posting this pre-solicitation notice to announce their intent to issue a solicitation for the Soldier Protection System-Torso Extremity Protection-Modular Scalable Vest (SPS TEP MSV). This announcement is not a request for proposals. Contractors shall not submit proposals in response to this notice. Proposed Solicitation Number: W91CRB-19-R-0066 (revised to W91CRB-20-R-0001) Estimated Solicitation Issue Date: On or about 15�November 2019 with all documents, attachments and amendments posted at the FedBizOpps website located at the following address: https://www.fbo.gov. No hard copies of the solicitation will be issued. Respondents are responsible for obtaining the documentation from the stated website. The Government intends to procure this requirement on a full and open basis using the procedures at Federal Acquisition Regulation (FAR) part 15. The North American Industry Classification System (NAICS) Code for this requirement is 315990 Apparel Accessories and Other Apparel Manufacturing with a size standard of 500 employees. The proposed acquisition will provide MSVs as part of the overall SPS TEP system, which provides the Soldier with a lightweight, modular, scalable, mission specific protective equipment system to maximize protection and mobility; allowing field commanders and Soldiers to select the personal protective equipment tier best suited for the planned mission. The MSV component consists of a concealable vest, which includes a cummerbund with two soft armor panels (one front and one back) covered in a camouflage cloth with hook and loop. In addition, MSV includes two side plate pockets with two side soft armor panels, and a tactical outer carrier which includes side plate pocket carriers and shoulder straps. The soft armor panels can be augmented with hard armor protective inserts or can be inserted into the tactical outer carrier that also accommodates hard armor protective inserts. The MSV is the base component of the TEP and it can be configured to provide varying degrees of Soldier protection while reducing weight to the greatest extent possible. The MSV is the basis of the TEP system Tiers 1 through 4. The scope of work for this requirement includes all procurement and production activities necessary to manufacture the carrier, soft armor ballistic package, and other materials that constitute the SPS TEP MSV. To meet this immediate requirement, the Government intends to award�approximately�five (5) firm fixed price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts via a competitive acquisition on a best value trade off basis. Subsequent to contract award, delivery orders will be competed in accordance with the fair opportunity procedures described at Federal Acquisition Regulations (FAR) 16.505. Period of Performance: Five year ordering base followed by two, 2-year options (additional ordering periods) Contract Minimum includes the Pre-First Article Testing/Technical Data Package and First Article Testing items. Quantity (The following quantities are estimates): Base (Years 1-5)�874,000 eaches, Option�1 (Years 6-7)�250,000 eaches, Option�Year 2 (Years 8-9)�250,000 eaches and, any spares and technology insertion (estimated quantities pending). Draft copies of the�Purchase Description and patterns for this requirement may be requested via the FBO website. As part of the request process, vendors must complete the ""Draft Access-Vendor Questionnaire"" and submit it to the POC listed for this post. Document requests via phone WILL NOT be honored.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9131061461994db9ac8c1c3111eaf3ed/view)
- Record
- SN05528601-F 20200109/200107230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |