|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD, NATICK
MA 01760-5011 84 -- NON-BALLISTIC, SCRATCH AND FOG RESISTANT FACE SHIELDS SOL
DAAN02-98-T-1245 DUE 090298 POC Contract Specialist TAMMY TAYLOR (508)
233-4123 (Site Code DAAN02) This is a competitive combined
synopsis/solicitation for commercial off the shelf Non-Ballistic Face
Shields issued in accordance with FAR Subpart 12.6. This announcement
constitutes the only solicitation: proposals are being requested and a
written solicitation will not be issued. This solicitation is being
conducted as a Request for Quotation (RFQ). The RFQ number is
DAAN02-98-T-1245. This RFQ incorporates clauses in effect through
Federal Acquisition Circular 97-5 and Defense Acquisition Circular
91-13. This acquisition is set-aside 100 percent for small business.
The applicable SIC Code for this acquisition is 3842 with a size
standard of 500 people. The contract line item number (CLIN) for this
acquisition is: CLIN 0001, Non-Ballistic, Scratch and Fog Resistant
Face Shields, part #751-DK5H250, or equal, 4,420 each. The
salient/required characteristics are: Face shield shall be designed to
fit over the Personnel Armor System Ground Troops (PASGT) Helmet and
be worn over an M17 gas mask. It shall consist of a tilting transparent
visor and helmet attachment assembly. The visor shall be molded of
0.250 +/- 0.015 inches polycarbonate or better material. Visor's height
shall not be less than 7-1/2 inches or more than 8 inches high and not
less than 15 inches interior surface (arc) length. Curvature of the
visor shall be 4-3/4 +/- 1/4 inch. Visor shall have an internal lip at
the top center to provide a positive stop in the down position
independent of that provided by the latch mechanism. This is to stop
the top edge of the visor above the rim of the helmet to assure the
function of the seal. Visor attachment assembly shall be composed of
two pieces. Attachment thermoplastic of appropriate strength and
toughness and the attachment webbing strap that hooks to the attachment
band. Visor attachment band shall securely hook over the front rim of
the helmet. Webbing strap shall be designed with sufficient adjustments
to securely fix the band to all helmet shells. Attachment band shall
have a permanently attachedthermoplastic rubber seal or better
material. A properly secured attachment band will ensure that the
attachment band does not rub against the exterior of the helmet as the
visor is raised and lowered. The forward edge of the seal shall
contact the visor in the down position. The seal shall cover an area
not less than 60 degrees on each side of the visor when centered on the
nose and shall prevent any liquid penetration between the helmet and
visor when the visor is in the down position. Latch and stop components
shall be molded of an internally pigmented thermoplastic of appropriate
strength and toughness equal to or better than the polycarbonate
material. The latch shall secure the visor in both the up (stored) and
down (use) positions. When in the up position visor shall not impede
the user's visibility and it shall be secured so that the user is able
to run without having the visor dropping. The latch shall be
transferable between right and left hand positions without the use of
tools. The user must be able to operate the latch and it shall be easy
to operate the latch and raise or lower the visor with one single
gloved hand. In the event that the visor is wrenched or impacted
severely, the latch shall disengage in order to minimize neck injury.
Weight of the face shield system shall not exceed 1.5 pounds. Face
shield will be capable of being used with current military weapons,
clothing, and equipment normally, carried, worn, or used when user is
carrying the mission. An instruction sheet shall be provided, which, at
minimum, includes instructions on how to assemble the face shield if
assembly is required, maintenance, storing, cleaning procedures, and
any specific precautions (if applicable). Materials that are subject to
corrosion in oxygen, salt air, ultraviolet or any other atmospheric
conditions likely to occur during service usage shall be protected
against such elements to minimize the corrosion/degradation effect of
the item. Any protective coating that will crack, chip, or scale with
age or extremesof atmospheric conditions shall not be used. Visor
material shall be polycarbonate or better material with notched Izod
impact strength values between 11.3-17.0 ft-lb/in when tested in
accordance with ASTM D256. Maximize the resistance to scratching,
abrasion, and fogging so as to minimize interference with vision.
Initial haze shall conform to ANSI Z87.1. No more than six percent haze
shall be added to the baseline as a result of abrasion testing. There
shall be no degradation beyond the requirement limits after exposure to
5 cycles for a combined total of 120 hours of temperature and humidity.
If a coating has been applied to the lens, the coating shall not be
removed, dislodged, or affected in any way. Removal or loosing of the
coating shall be cause for rejection. Face shield must withstand (i.e.,
no penetration, spall, or cracks) a caliber .22 (17 grains fragment
simulating projectile) at a velocity of 550 to 560 ft/sec. Face shield
shall be designed to accomodate (i.e., fit, adjust, and/or successful
use) U.S. Army target audience soldiers with 5th percentile female
through 95th percentile male while wearing the PASGT Helmet. Face
shield shall be easily and quickly donned and doffed on the helmet
without the use of any tools. Items shall be preserved, packaged, and
shipped FOB destination in accordance with best commercial practices to
the identified locations. The approximate numbers to be shipped to each
location are provided to assist in pricing shipping. These numbers are
estimates only and may not be accurate. Actual delivery addresses will
be provided by the contracting officer upon award. Delivery locations
are as follows: Qty 640 to Ft. Bragg, NC; Qty 620 to Ft. Benning, GA;
Qty 640 to Ft. Hood, TX; Qty 300 to Corozal, Panama; Qty 220 to
Schofield Barracks, Hawaii, Qty 400 to Ft. Richardson, Alaska; Qty 620
to Yong San, Korea; Qty 640 to Mannheim, Germany; Qty 280 to Ft.
McClellan, AL; and Qty 60 to Ft. Leavenworth, KS. The government's
desired delivery schedule is 30 calendar days after award;
thegovernment's required delivery schedule is 90 calendar days after
award. Offeror's must propose a delivery schedule within these
timeframes. If no delivery schedule is proposed, the desired schedule
will prevail. FAR provisions 52.212-1 and 52.212-2 apply to this
solicitation. The addenda to FAR 52.212-2 are as follows: The following
factors shall be used to evaluate responses: TECHNICAL: Proposal items'
capability to meet the solicitation requirements as demonstrated by,
written proposal, product literature and product sample submitted.
Literature submitted should include commercial warranty terms offered.
Product sample submitted will be evaluated for: a) compatibility with
the PASGT helmet and mask b) visor material identification
(polycarbonate or better) c) ballistic resistance d) visor dimensions
and item weight e) visor to helmet seal and assembly (visor and latch)
f) resistance to scratching, abrasion and fogging of visor g) ease of
donning and doffing h) degradation of face shield due to humidity;
PRICE: Price will be evaluated for realism and fair and reasonableness;
PAST PERFORMANCE: Offeror's recent relevant experience in providing
these or similar items will be evaluated in accordance with FAR 13.606
(b)(2)(ii). Evaluation criteria in order of importance: TECHNICAL is
greater in importance than PRICE which is significantly greater in
importance than PAST PERFORMANCE. The addenda to FAR 52.212-1 are as
follows: Offerors must submit a written proposal not exceeding 3 pages
which describes how their proposed item meets the requirements stated
herein; a written document not exceeding 2 pages which describes their
recent, relevant experience in providing the items required herein or
similar items, and one actual product sample of the item proposed which
meets the requirement stated herein. NOTE: Offers which propose "or
equal" shields shall provide product literature, manufacturer's
literature, etc. to substantiate material performance characteristics
as stated above. All clauses applicable to this solicitation may be
accessed electronically at the following addresses:
http://www.arnet.gov/far; http://farsite.hill.af.mil;
http://www.dtic.mil/dfars. DFARS provision 252.212-7000 applies to this
solicitation. FAR clauses 52.212-4 and 52- 212-5 apply to this
solicitation. Clauses within 52.212-5 that apply are 52.203-6,
52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, and 52.222- 37.
Additional clauses that apply are FAR 52.203-3, 52.203-7, 52.203-8,
52.203-10, 52.209-6, and DFARS 252.212-7001. Clauses within
252.212-7001 that apply are 252.204-7004, 252.205-7000, 252.225-7001,
252.225-7012, 252.227-7013, 252.227-7037, 252.243-7002, and
252.247-7024. Offerors shall include a completed copy of the provision
at FAR 52.212-3 with their quotation. In order to be eligible for
award, contractors must be registered in the Central Contractor
Registry (http://ccr.edi.disa.mil). Offers should be submitted to: U.S.
Army Soldier Systems Command; ATTN: AMSSC-AC/B68; Kansas Street;
Natick, MA 01760-5011. Proposals are due no later than 1500 hours (3:00
PM EST) on September 2, 1998. Amendments to this solicitation will be
issued in the CBD. Contact Ms. Tammy Taylor, Contract Specialist,
508-233-4123, or Mr. Jerry Jeffrey, Contracting Officer, 508-233-6257,
or email "jjeffrey@natick-amed02.army.mil" if you have any questions
regarding this solicitation. Posted 08/20/98 (I-SN239978). (0232) Loren Data Corp. http://www.ld.com (SYN# 0420 19980824\84-0001.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|