|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD,
NATICK, MA 01760-5011 84 -- MILITARY EYE PROTECTION SYSTEM (MEPS) SOL 032&&&-9804-0002 POC
Judith L. Uthoff, Contracting Officer (Site Code DAAN02) The US Army
Soldier Systems Command, PM-Soldier, and US Army Natick Research,
Development and Engineering Center (NRDEC) is seeking
comments/recommendations/input on the Draft Military Eye Protection
System (MEPS) Request for Proposal (RFP) and Performance Specification.
These documents will be available for viewing early in May 1998 at
World Wide Web Address: http://www-sscom.army.mil.acquisition. Comments
on these draft documents should be provided by email to
"juthoff@natick-amed02.army.mil" or by regular mail to US Army Soldier
Systems Command, Acquisition Center, ATTN: AMSSC-AC (J. Uthoff),
Kansas Street, Natick, MA 01760-5011 by 25 May 1998. SSCOM is also
seeking sources with the facilities and capabilities to perform the
design, development, and initial production of the Military Eye
Protection System (MEPS). MEPS will provide ballistic (fragmentation)
protection and laser (multiple wavelength) protection for the human
eye, as well as shield the eye from bright sunlight (i.e., sunglasses).
MEPS will provide the eye protection described above without
interfering with normal daytime/nighttime vision. The system will
consist of modular components, which can be combined in multiple
configurations, to achieve the desired levels of ballistic, laser and
sunlight protection. It is desired, however, that the system offer all
levels of protection in one lens. Additionally, the system design
shall accommodate prescription inserts, a carrying case, and use/care
manuals. MEPS will be available in two forms: spectacles and goggles.
It is desired that the spectacles and goggles share the same set of
lenses (for example, laser lenses for the spectacles will also fit the
goggles). There is currently no RFP number assigned. It is the intent
of the Government to award one or more multi-phased development and
integration contracts, as described below based on best value decisions
and funding limitations. The Government reserves the right to award on
a CLIN by CLIN basis. The Soldier Systems Command (SSCOM) Acquisition
Center will award the basic contract(s). The Government anticipates a
Cost-Plus-Fixed-Fee (CPFF) contract for the design and development
phases, with Firm-Fixed-Price (FFP) options or an Indefinite
Delivery/Indefinite Quantity (ID/IQ), or Requirements type contract for
the pre-production quantities and production quantities with Value
Engineering incentives. Note: Down-selection may occur at any phase. A
final down selection to the overall best design will occur before
conducting DT and OT. The contract phases are as follows: Phase I (one
or more contractors; 9 month effort): This phase will focus on general
system design and ballistic protection. The contractor(s) shall build
up to one hundred (100) prototypes (each spectacle and goggle form) of
the proposed design (minus laser protection and carrying case) for
laboratory/user evaluation and Design Review. One or more competing
designs will enter this phase. An option to procure additional items
(up to 200 each spectacle and/or goggle form) is included. The 200 are
without laser protection and carrying case, but shall include a draft
use and care manual. Contractor(s) tests/certification and government
validation of testing results will be integrated during this Phase.
Phase II (one or more contractors; 10 month effort): The MEPS design
will be refined during this phase and laser protection will be
integrated into the system. Phase II prototypes include laser
protection, carrying case and draft use/care Manuals. Phase II
prototypes will be produced in the following quantities: 100 prototypes
(each spectacle and goggle form) without laser protection, seventy (70)
prototypes (each spectacle and goggle form) with laser protection, and
100 carrying cases (for each spectacles and goggles). Taking best
value decision making and funding limitations into consideration, one
or more competing industry designs may enter this phase. Final design
modifications and minor feature changes may be made based on test
results. An option to procure additional items (up to 200 each
spectacle and/or goggle form) is included. More extensive laboratory
and user testing will be conducted. During this phase, the Government
has the lead on testing with the contractor(s) integrated into the
Government team for test support and risk mitigation. Phase III (one
contractor; 12 month effort): This phase will consist of a
pre-production option. A total of 100 complete MEPS (each spectacle and
goggle form) systems will be produced for Developmental Test (DT) and
Operational Test (OT) purposes. This phase will also allow for
validation of the performance specification and producibility. The
Government anticipates one contractor will proceed to Phase III. An
option to procure additional items (up to 500 each spectacle and/or
goggle form) is included. During this phase, the Government has the
lead on testing with the contractor integrated into the team for test
support and risk mitigation. Phase IV (one contractor; 12 month
effort): This phase will consist of an initial production option for up
to 64,000complete systems of the spectacles and/or up to 58,000
complete systems of the goggles form. The government may choose to have
the contractor make minor feature changes (those that do not affect the
overall design). The selection process will be based on
technical/functional performance and "Best Value" considerations. The
Government will reserve the right to obtain rights in data and computer
software for any design or design component, as necessary, to satisfy
subsequent acquisitions. Contractors will be required to have or
obtain, and maintain, a DoD Facility Security Clearance (FSC) and
Personnel Security Clearances (PSC) up to the Secret level. Foreign
contractor participation must be submitted through the foreign
country's embassy in Washington DC. Classified portions of the MEPS
program effort are limited to US firms only with a Secret Level
Clearance. The classified Appendix for the MEPS Performance
Specification will be available only to those firms with approved
facility and safeguarding clearancesthat request the Appendix in
writing. Written requests must be made to the Contracting Officer
within 15 calendar days of the issue date of the final RFP and must
include the firms' classified mailing address as well as Federal Supply
Code (FSC), Contractor Establishment Code (CEC) and Commercial and
Government Entity Code (CAGE). It is the Government's intention to
award the contract(s) using full and open competition procedures. The
applicable SIC code for this effort is 3827. For the purpose of this
requirement, any concern employing 500 or fewer employees is considered
a small business. Firms responding shall indicate their company size
(i.e., small or small disadvantaged business concern). See Note 25.
(0118) Loren Data Corp. http://www.ld.com (SYN# 0313 19980430\84-0003.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|