|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412U.S. Army Materiel Command, Natick Contracting Division, Attn:
AMSSB-ACN, Natick, MA 01760-5011 84 -- CONCEALABLE BODY ARMOR SOL DAAD16-99-R-2019 DUE 082399 POC Peggy
Dube 508 233 4881, Jerry Jeffrey 508 233 6257 WEB: click here to
download a copy of the RFP, http://www3.natick.army.mil. E-MAIL: click
here to contact the contract specialist,
pdube@natick-notes02-army.mil. The Solicitation has been amended in
accordance with the following document. This replaces the initial
solicitation. Questions received and answers to those questions follow
this revised document. This is a full and open competition combined
synopsis/solicitation DAAD16-99-R-1019 for commercially available
Concealable Body Armor (CBA) which may require minor modifications to
meet government requirements. The CBA Vest consists of a carrier and
soft ballistic inserts. The U.S. Army Materiel Command Acquisition
Center, located at the U. S. Army Soldier & Biological Chemical
Command, Natick, MA intends to award up to four (4) purchase orders
(within available funding constraints) for up to a maximum quantity of
60 each CLIN 0001, (30 male, SubCLIN 0001AA and 30 female SubCLIN
0001AB) CBA Vests for user evaluation/acceptance. Items will be field
tested and evaluated for the following criteria: concealability,
comfort, flexibility, durability, design, and user
acceptance/preference. This phase will take approximately nine (9)
months. If those items are acceptable in the six(6) criteria defined
above, the Government may exercise an option, CLIN 0002, to procure a
maximum quantity of 100 CBA vests, SubCLIN 0002AA and 100 carriers,
SubCLIN 0002AB, to one or two companies, based on feedback from user
evaluation of that criteria and best value to the Government. The
required delivery of the initial quantity is 30 calendar days after
award of a purchase order and 60 calendar days following exercise of
the option and placement of delivery orders. The Government desires
delivery of both the initial quantity and optional quantities within 30
calendar days following award or placement of orders. The Government
reserves the right to issue multiple orders for up to 100 CBA Vests and
100 Carriers. The delivery address for the 60 CBA vests, SubCLIN 0001AA
and SubCLIN 0001AB is U.S. Army Soldier Biological & Chemical Command,
Natick, MA 01760. The delivery address for the optional quantities,
SubCLIN 0002AA and SubCLIN0002AB, is Commander, Protective Services
Unit 701st MP Group HHD (CID) 6010 6th Street Ft. Belvoir, VA
22060-5587. All items shall be preserved, packaged and shipped FOB
Destination in accordance with best commercial practices to the above
locations. This synopsis/solicitation is prepared in accordance with
the format in FAR subpart 12.6 and supplemented with additional
information included in this notice. This announcement will constitute
the only solicitation. A request for a hard copy of this RFP will not
be honored. Vendors are required to submit a hard copy proposal and
product samples as described herein. 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". The Concealable Body Armor Vest shall meet
the following performance requirements: the CBA vest shall be NIJ
certified for Level IIIA (9mm, FMJ, 124 grain at 1400 ft/sec and 44
Magnum, Lead SWC Gas, 240 grain at 1400 ft/sec.) with a maximum depth
of deformation of 1.73 inches (44mm); the area density shall not exceed
1.0 lb./sq.ft.; the stiffness for the ballistic insert shall not exceed
200 cm-g.; the thickness of the ballistic inserts shall not exceed 0.30
inches; the CBA Vest shall provide side ballistic protection with
one-inch minimum overlap, tails, and shoulder and side adjustability.
Side adjustability shall be accomplished with two straps; the CBA shall
provide for maximum visual concealability, comfort, mobility and
flexibility while increasing protection levels and minimizing weight
and thickness; it shall be concealable/undetectable at 3 meters under
a men's dress shirt or under a women's blouse with scoop or V-type
neckline; the CBA carrier shall be white #37925 in color per Federal
Standard 595A; the CBA carrier shall be launderable using commercially
approved laundering procedures. A certificate of compliance for
shrinkage of the carrier cloth for conformance to industry standards
for fabric shrinkage in both directions will be acceptable; materials
used shall not create any hazards that might impact upon the health,
safety and performance of the user. Material Safety Data Sheets for the
carrier cloth, shall include finishes to confirm there is no toxicity
concern to the wearer; the CBA performance shall not degrade when
stored in climatic design types hot, basic, and cold and operated in
climatic design types of hot and basic IAW Army Regulation 70-38; the
CBA shall be easily and quickly donned and doffed without the help of
another person; the CBA carrier and ballistic inserts (front and back)
shall be clearly labeled in accordance with commercial practices for
care and use and any additional information required by law. In
addition to all necessary labels, the contractor is required to also
include a durable label on the ballistic inserts (front and back)
specifying which side is to be worn next to the body. This label shall
be placed in a visible area of the insert and it shall read "This Side
Next To The Body" in capital letters and a minimum font size of 20; an
instruction sheet on how to remove/insert the soft ballistic inserts
in the carrier along with maintenance and precautions shall be
included; Body measurements to be provided by the government at the
time of award of a purchase order and at the time any orders are
placed; and will, therefore, be custom fit. A seven-year Commercial
Warranty on the CBA soft ballistic inserts is required with a ten-year
Warranty desired. The government requires a one year warranty on the
CBA Carrier. The Government will make award(s) (within funding
constraints) resulting from this synopsis/solicitation to the
responsible offeror(s) whose offer(s) is most advantageous to the
Government, price and other factors considered. The following
evaluation criteria, in descending order of importance, will be used to
evaluate offerors proposals and product samples: Technical, Price and
Past Performance/Warranty. The Technical area is greater in importance
than Price which is significantly more important than Past
Performance/Warranty. TECHNICAL will be evaluated for: The proposed
items' capability to meet the solicitation requirements as demonstrated
by the written proposal (to include all test data and NIJ
Certification), product literature, ballistic panel (one) and product
samples submitted (two: one male and one female). The product sample
submitted shall be a medium size male and female to fit the following
body measurements: male -- 40" chest and the female -- 36" chest
(bust). Sample vests will be evaluated for concealability, human
factors, donning and doffing and design. The ballistic sample panel
(12"x12") will be evaluated for area density, thickness, and stiffness.
PRICE: will be evaluated for price realism, fairness and
reasonableness. PAST PERFORMANCE/WARRANTY: the vendor's recent relevant
experience in providing these or similar items and length of Warranty
will be evaluated for performance risk. Vendors shall submit a written
technical proposal not exceeding (5) pages which describes how their
item(s) meet the requirements stated herein. Vendors shall submit a
written past performance proposal not exceeding (2) pages which
describes their recent, relevant experience in providing CBA or similar
items. Vendors shall submit with their proposal a ballistic panel and
product samples (one each male and female) that meets the requirements
stated herein. Pricing may be filled in on the Request for Proposals
DAAD16-99-R-1019 posted on the U. S. Army Materiel Command Acquisition
Center Business Opportunities web site: http://www3.natick.army.mil/.
Proposals shall be submitted to: U. S. Army Materiel Command
Acquisition Center, Building #20 Warehouse, ATTN: Peggy Dube, Contract
Specialist (AMSSB-ACN-S), Kansas Street, Natick, MA 01760-5011.
Response time is 3:30 p.m., August 23,1999. This solicitation
incorporates the FAR provisions and clauses in effect through Federal
Acquisition Circular 97-14 as applicable. The FAR provision at
52.212-1, Instructions to Offerors -- Commercial applies to this
solicitation as do the following clauses: 52.212-2, Evaluation --
Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial
Items; 52.212-5, Contract Terms and Conditions Requires to Implement
Statutes or Executive Orders -- Commercial Items which includes the
following additional FAR clauses: 52.203-6; 52.203-10, 52.219-8;
52.219-14, 52.222-26; 52.222-35; 52.222-37. The following DFARS clauses
at 52.212-7001 apply: 252.225-7001; 252.225-7007, 252.225-7012,
252.225-7014, 252.225-7015, 252.247-7024. Vendors shall include a
completed copy of the provision at FAR 52.212-3 with their offer. The
applicable Standard Industrial Classification (SIC) Code for this
acquisition is 2399, the size standard is 500 employees. In order to be
eligible for award, vendors must be registered in the Central
Contractor Registry ("http://ccr.edi.disa.mil"). Questions may be
directed to Peggy Dube via e-mail at "pdube@natick-notes02-army.mil".
Amendments will be posted by notice on the CBD web page. Questions and
Answers:1. Are there any details available relative to "Preserved
Packaged"? No. It shall be in accordance with best commercial
practices. 2. Are there any additional details available relative to
the shirts listed? No. Standard commercial items. 3. Is Army Regulation
70-38 available? Yes. A copy of the regulation can be obtained from the
Internet -"http://www.usace.army.mil/inet/usace-docs/army-reg/ar70-38."
4. What are the waist and torso length dimensions for the male and
female samples required to be included with the proposal? The length
dimensions shall be based on what is customarily used by the
manufacturer. 5. What lighting conditions will the concealability of
the vest be assessed? Product samples will be evaluated under normal
fluorescent lighting. The ballistic insert shall be tested in
accordance with ASTM D 1388, Standard Test Method for Stiffness of
Fabrics, to determine the flexural rigidity in units of cm-g for each
component. These results are then used to calculate an overall system
flexibility as follows: System Stiffness = [ (Gi, warp + Gi, fill) / 2]
x Layers Components Where: i = different fabric components in the
system Gi, warp = Flexural Rigidity in the warp direction (cm-mg) Gi,
fill =Flexural Rigidity in the fill direction (cm-mg) Layers i = Number
of total layers of ith component in the system Example Calculation: A
system is composed of 12 plies of material a and 6 plies of material b.
Component flexural rigidities are as follows: Material A:GA, warp =
4.000 cm-mg GA, fill = 6.000 cm-mg Material B GB, warp = 7.000 cm-mg
GB, fill = 8.000 cm-mg System stiffness = [(4.000 + 6.000)/2 x 12] +
[(7.000 + 8.000)/2 x 6]= 105.000 cm-mg The calculated system stiffness
is less than 200,000 cm-mg (200 cm-g) and is therefore acceptable.
Posted 08/16/99 (W-SN368423). (0228) Loren Data Corp. http://www.ld.com (SYN# 0362 19990818\84-0001.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|