Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2020 SAM #6784
SOURCES SOUGHT

84 -- Next Generation Integrated Head Protection System (NG IHPS)

Notice Date
6/24/2020 7:16:41 AM
 
Notice Type
Sources Sought
 
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-NG-IHPS-FRP
 
Response Due
7/17/2020 1:00:00 PM
 
Archive Date
08/01/2020
 
Point of Contact
George B. Hubbard
 
E-Mail Address
george.b.hubbard5.civ@mail.mil
(george.b.hubbard5.civ@mail.mil)
 
Description
This notice has been updated to include an extended response date and one additional attachment. PEO Soldier Soldier Survivability (SSV) Soldier Protective Equipment (SPE) Next Generation - Integrated Head Protection System (NG IHPS) 1.0 Description 1.1 Product Manager, Soldier Protective Equipment (PdM SPE) is seeking information on the availability to manufacturer the NG IHPS. 1.2 This RFI is solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� The Government is currently planning future efforts for the NG IHPS and components; however, solicitations are not available at this time and any requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the Government to contract for any supply or service.� All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.� The Government will allow vendors who do not respond to this RFI to participate in any future RFP issued on this system.� If the Government releases a solicitation, it will be synopsized on the Beta.SAM.gov website.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this request. 1.3 The purpose of this RFI is to identify and determine capabilities in the existing marketplace, as well as understand the level of interest of potential sources in future solicitations that the Government may release for this effort.� An affirmative statement must be included in any response provided to the Government regarding the respondent�s intention to participate in any future solicitations either as a prime contractor or supplier for the NG IHPS.� The Government is requesting White Papers solely for internal Government purposes and to further develop or refine Statement of Work (SOW) requirements.� The Government will not use the White Papers received as a basis for making any future award determinations. The Government will take appropriate measures in the management of the information received in response to this RFI and will store the documentation in accordance with Government standards to prevent the dissemination of any sensitive information to the public. 1.4 This RFI is collecting information from vendors to determine the readiness, capability, and timeframe of interested NG IHPS component manufacturers and their intentions to participate in a potential competitive acquisition for the NG IHPS. The quantities and item descriptions are as follows: - NG IHPS - The NG IHPS shall include the finished helmet shell, suspension system (affixed), retention system (affixed), helmet cover (detached), and night vision device bracket (affixed).� The fuzzy patches (loop patches) required to mount the helmet cover to the finished helmet shell shall be attached to the helmet.� A rail assembly (Left and Right rails and one Picatinny adapter) shall be included with the NG IHPS but not attached, as well as a set of instruction on how to affix the rails and rail hole plug screws to cover the rail threads.� The rail and rear universal Permanent Attachment Points (uPAPs) shall be covered with the hole plug screw.� Estimated production quantity: Minimum (MIN)-139,590 / Maximum (MAX)-503,867 - Night Vision Device Brackets (Spares) - Each Night Vision Device bracket shall come with all hardware to affix the bracket to the finished helmet shell.� Estimated production quantity: MIN-36,631 / MAX-63,854 - Rail Sets (Spares) - Each rail set shall consist of the left and right rail, instructions on how to affix the rails, rail hole plug screws to cover the rail threads, and all hardware to affix the rail sets to the finished helmet shell.� Estimated production quantity: MIN-73,262 / MAX-124,696 2.0 Planned Milestones� -Release of Solicitation: 2nd QTR FY21 -Contract Award: 1st QTR FY22 3.0 Technical Requirements 3.1 NG IHPS Purchase Descriptions (PDs).� The NG IHPS and components shall meet all of the requirements in the following PDs. -AR/PD 19-01 Purchase Description NG IHPS Helmet, dated 09 April 2020 -AR/PD 17-06 Purchase Description IHPS Retention System, dated 14 April 2020 -AR/PD 20-01 Purchase Description NG IHPS Helmet Cover, dated 15 April 2020 -AR/PD 19-02 Purchase Description Rail Assembly, dated 15 April 2020 -AR/PD 19-03 Purchase Description Bracket Assembly, date 10 April 2020 These documents cover the ballistic and non-ballistic performance and verification requirements for the NG IHPS and components.� [Interested parties may request copies of the PDs from the contracting office and receive copies electronically upon verification of a System for Award Management (SAM) account.] 4.0 Responses 4.1 Interested parties shall respond to this RFI with a White Paper. 4.2 White papers in Microsoft Word for Office 2013 compatible format or Adobe Portable Document Format (pdf) are due no later than�17 July 2020.� Responses shall be limited to 10 pages and submitted via e-mail only.� Submit responses to Contract Specialist, George Hubbard at george.b.hubbard5.civ@mail.mil.� Proprietary information, if any, should be minimized and must be clearly marked. 4.2.1 Technical Points of Contact: Alex de Groot, Lead Engineer, alex.l.degroot.civ@mail.mil, (703) 704-3309 4.3. The White Paper submission must address the requirements in Section 3 and include the following information: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2. For informational purposes, the type of contract vehicle selected for the IHPS FRP program will be an Indefinite Delivery, Indefinite Quantity (ID/IQ), with firm fixed price delivery orders.� Multiple contracts are anticipated. 4.3.3.� Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) Code 315990 Apparel Accessories and Other Apparel Manufacturing.� �Small business concern� means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in Code of Federal Regulations (CFR) 13 CFR part 121, Small Business Size Regulations.� A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 500 employees.� The Government cautions responders that this is a general description only.� Additional standards and conditions apply.� Please refer to Federal Acquisition Regulation FAR 19, Small Business Programs, for additional detailed information on Small Business Size Standards.� The FAR is available at http://www.arnet.gov. 4.3.4. Facility security clearance of the offeror.� Offerors will include the level of their facility security clearance in the response.� Required facility security clearance of the offeror is secret. 4.4. Additional Required Information.� 4.4.1 Assuming a solicitation is released in accordance with the planned milestones: What is the interest level of the vendor in this solicitation? What are the capabilities of the vendor to participate in a major production effort What is the vendor�s past performance experience in the area of manufacturing modular helmets or components? Will the vendor be able to submit a competitive proposal within the projected timeline? 5.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to collect information and identify sources that can meet all of the requirements for the NG IHPS and components, as described in the respective PDs.� The information provided in this RFI is subject to change and is not binding on the Government.� The Army has not made a commitment to procure any of the items discussed in this RFI.� Vendors should not construe the Government�s release of this RFI as a commitment or as authorization to incur costs for which reimbursement would be required or sought.� All submissions immediately become property of the Government and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/beac7f6902fc453c9819a053fbcb8169/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05702009-F 20200626/200624230153 (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 |
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.