Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170

U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD, NATICK MA 01760-5011

84 -- NON-BALLISTIC BODY SHIELDS SOL DAAN02-98-T-1235 DUE 090198 POC Contract Specialist TAMMY TAYLOR (508) 233-4123 (Site Code DAAN02) This is a competitive combined synopsis/solicitation for commercial off the shelf (COTS) Non-Ballistic Body 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-1235. 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, Armadillo Interlocking Kent Pattern Riot Body Shields, part #033-500, or equal, 4,420 each. The salient/required characteristics are: Body shields shall be rectangular in shape with an outer panel and a reinforcing panel of polycarbonate or better materials. Body shield outer panel shall be designed with side moldings to allow for vertical (side-by-side) interlinking capabilities. In addition, the reinforcing panel shall be designed to allow for stacking of the body shields. Stacked body shields will be interlocked and overlapped. Interlinking is required for the purposes of creating mixed formations or multi-force operations (i.e. capable of being interlocked to create a hasty perimeter). Body shield must be able to interlock with not only this type of body shield, but also with other types of commercially available shields. Shield shall have smooth edges and radius corners to prevent injuries. Interlocked shields shall remain standing on their own without any support while in the vertical configuration. Body shield shall provide an arm hook or clip and two secured vertical hand loops for easy carrying. Arm hook and hand loops shall be made from metal materials covered with non-slip rubberized or equal materials that facilitate a secure handgrip. Body shield shall also include a durable elastomeric pad that offers impact protection where the user's forearm supports the shield. Shield shall be ergonomically designed to facilitate carrying and maneuvering the shield. Body shield shall be designed in such a manner to allow components (reinforcing panel, hook and loop handles, etc.) to be assembled and disassembled using nuts and bolts rather than permanent or rivet fixtures with only a standard screwdriver and pliers. Bolts shall not protrude more than 0.125 inches to prevent injuries to the user. Assembly and disassembly of the body shield shall be accomplished by one person using only a standard screwdriver and pliers. Components (arm hook, hand loops, and reinforcing panel, etc.) must stay on tight with normal wear. Body shield height (outer panel shall not be less than 47.0 inches or more than 48 inches high and the width shall be 23 + 1.0 inches wide. Weight of the end item (entire body shield assembly) shall not exceed 12.6 + 0.1 lbs. Body shield will not interfere with the use of current U.S. military weapons, clothing, face shields, and equipment normally carried, worn, or used when carrying out the user's mission. Body shield shall not interfere with the user's ability to aim and fire a weapon at and hit targets. In addition, the body shield shall not interfere with the user's ability to use the standard military baton. Handles and arm hook shall accommodate any type of clothing system. Body shield shall enhance the mission and not interfere with any of the user's equipment to accomplish the mission. An instruction sheet shall be provided, which, at minimum, includes instructions on how to assemble the body shield if assembly is required, maintenance, storing, cleaning procedures, and any specific precautions (if applicable). Materials that are subject to scratching, corrosion in oxygen, salt air, untraviolet, or any other atmospheric condition likely to occur during service usage shall be protected against to minimize the adverse effects resulting from these conditions. Any protective coating that will crack, chip, or scale with age or extremes of atmospheric conditions shall not be used. Certificate of compliance for a protective treatment against scratching, corrosion and degradation by oxygen, salt air, ultraviolet or any other atmospheric conditions will be acceptable. Panel material used for the outer and reinforcing panel shall be made from polycarbonate or better material with notched Izod impact strength values ranging between 11.3-17.0 ft-lb/in or greater. Polycarbonate material shall be tested in accordance with ASTM D256 test method for determining the Pendulum Impact Resistance of Notched Specimens of Plastics. Polycarbonate shall meet the izod notched requirement. Body shield shall not break, spall, or crack when hit with a 6 feet 2 inch medium tent pole or equal, ax, and standard riot baton. Body shield shall be placed against a hard surface wall in its upright position. From a distance of 8 to 10 feet, a 6 feet 2 inch medium tent pole or equal shall bethrown at the exterior surface of the shield. End of pole must impact the body shield to be considered a legitimate test. Repeat with the ax. Note the sharp edge of the ax must impact the body shield. For the standard riot baton, the shield shall be hit from approximately 2 feet by a medium size built male under the full force of the swing. Body shield shall be hit four times with a baton and twice with pole and ax. Any breaks spalling, or cracks shall constitute a failure for any of the above procedures. Note: a dimple on the exterior surface of the shield after impact is acceptable. 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 of 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 240 to Fort McClellan, AL; and Qty 100 to Fort Leavenworth, KS. The government's desired delivery schedule is 30 calendar days after award; the government'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: The 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) panel material identification (polycarbonate or better) b) impact resistance of shield material c) shield's design and interlinking capabilities d) Linear dimensions and weight of shield e) shield's attachment assembly and positioning of handles; 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 items 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 requirements 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 beleligible for award, contractors must be registered in the Central Contractor Registry (http://ccr.edi.disa.mil). Offers should be sumbitted to: U.S. Army Soldier Systems Command; ATTN: AMSSC-AD/B68; Kansas Street; Natick, MA 01760-5011. Proposals are due no later than 1500 hours (3:00 PM EST) on September 11, 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 08/27/98 (I-SN242791). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0391 19980831\84-0001.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page