Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1999 PSA#2338

United States Special Operations Command, Directorate of Procurement (SOAC-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316

84 -- MODULAR INTEGRATED COMMUNICATIONS HELMET (MICH) SOL USZA22-99-R-0018 DUE 060199 POC Ms. Valerie Romanchek, Contract Specialist, (813)840-5461 WEB: Click here to go the USSOCOM Home Page, http://soal.socom.mil. E-MAIL: keelers@socom.mil, romancv@socom.mil. The United States Special Operations Command has a requirement for commercial off-the-shelf ballistic helmets, associated spare parts kits and use and care manuals. The helmet shall consistently provide fragmentation and ballistic in a balanced and stable configuration. As a threshold, the helmet shall provide fragmentation protection (V50) equal to the Personal Armor Systems for Ground Troops (PASGT) helmet (2 grain RCC @ 4075 fps, 4 gr RCC @ 3450 fps, 16 gr RCC @ 2425 fps, 64 grain RCC @1700 fps and 17 gr FSP @ 2150 fps) with an objective requirement of the same protection at a reduced weight. As a threshold, the helmet shall provide handgun protection (V zero) against a 124 grain, 9mm @ 1400 fps (+50 fps) with minimal backface deformation with an objective requirement of the same protection at reduced weight. As a threshold, the helmet shall provide impact protection of 150g's max @ 10 fps impact velocity with an objective of increased protection with reduced weight, bulk and heat stress. Fragmentation testing shall be in accordance with MIL-STD-662F. Handgun testing shall be in accordance with NIJ Standard 0106.01 except that five (5) shots will be taken as follows: four (4) side shots IAW the standard except that one side shot (back preferred) shall be to a fastener (bolt, screw, etc.) at 0 zero obliquity and one (1) shot at 0 zero obliquity to the crown. Impact protection shall be tested in accordance with ANSI Z90.1 except that the drop height shall be increased to account for friction resistance in order to achieve the desired impact velocity. The complete helmet shall weigh no more than 3.25 lbs for the largest size without mounts and ancillary equipment (threshold), with the objective requirement being the same level of protection at a 20% weight reduction. The helmet shall be compatible with and possess the capability to mount night vision devices, and be compatible with parachutist's free fall oxygen masks. The helmet shall consistently perform in all environmental conditions from -40 degrees Fto +160 degrees F. The helmet shall be capable of withstanding and consistently performing (no performance or physical degradation) in a maritime environment. The helmet shall be able to withstand 750 hours (threshold) of continuous maritime exposure with an objective of 1200 hours. The helmet shall consistently perform after a three foot immersion in salt water for three hours (threshold) with the objective of withstanding immersion at 66 feet in salt water for twelve hours. This request for proposal (RFP) represents a two-phased approach as part of a significant modernization effort for the joint Special Operations Forces called SPEAR (Special Operations Forces Personal Equipment Advanced Requirements). Phase I is for helmet systems which will undergo developmental testing/operational testing (DT/OT) and Phase II is for production. The Government invites commercial suppliers to participate in this innovative acquisition effort. The United States Special Operations Command (USSOCOM) intends to issue a draftRFP on the USSOCOM Home Page at http://soal.socom.mil o/a 6 May 99 with the final RFP release o/a 10 May 99 in accordance with FAR, Subpart 12.6. The standard industrial classification is 3842 and the small business size standard is 500 employees. The Department of Defense requires all contractors to be registered in the Central Contractor Registration (CCR) no later than May 31, 1998, to receive solicitations, contract awards or payments. Actual samples which directly correspond and reflect the technical proposal and data submitted for each size proposed shall be required to be delivered simultaneously with offeror's proposals. Over and above the actual samples submitted, the Government may desire to order approximately ten (10) each of the proposed helmets to assist with the source selection evaluation. The Government reserves the right to make multiple awards for Phase I of this RFP. The successful offeror(s) will deliver up to 100 helmets, associated spare part kits and use and care manuals which will undergo DT/OT. Based upon results of the DT/OT, the Government will make a best value downselect decision and exercise the production option to only one contractor. Phase II, the production phase of the contract will have one five year ordering period with a contract ceiling of up to 20,000 ballistic helmet systems for joint SOF fielding including associated spare parts kits, replacement spares and use and care manuals. This solicitation will be an unrestricted competitive procurement. All responsible sources may submit a proposal which shall be considered by the agency. No further notification will be provided and written solicitations will not be mailed or faxed. The RFP documents shall be downloaded individually by interested offerors. It is the offeror's responsibility to monitor this site for release of the draft and final solicitation and any subsequent amendments to the solicitation. Posted 04/30/99 (W-SN326587). (0120)

Loren Data Corp. http://www.ld.com (SYN# 0340 19990504\84-0001.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page