Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23, 2001 PSA #2983
SOLICITATIONS

84 -- BOOT SOCKS AND/OR SOCK SYSTEMS

Notice Date
November 20, 2001
Contracting Office
Directorate of Contracting, Fort Polk, P.O. Drawer 3918, Fort Polk, LA 71459-5000
ZIP Code
71459-5000
Solicitation Number
DAKF24-02-Q-0015
Response Due
November 30, 2001
Point of Contact
Simone Curtis, (337) 531-2326, FAX (337) 531-2199
E-Mail Address
Directorate of Contracting, Fort Polk (curtisss@polk.army.mil)
Description
The U. S. Army Natick Soldier Center, for PM-Soldier-Equipment, has a requirement for commercially available boot-type socks (and/or sock systems), which may require minor modifications to meet government requirements. This is a combined synopsis/solicita tion for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written so licitation will not be issued. The Government will utilize simplified acquisition procedures in accordance with FAR Subpart 13.5. The Request for Quotation (RFQ) Number to be cited on all quotations is DAKF24-02-Q-0015. Quoters shall submit ten (10) pai rs of product demonstration samples along with its written quotation (see detailed submission requirements below). The government wishes to purchase unique boot sock (and/or sock systems) from multiple commercial sources. Current military boot socks have been in use for over 50 years. The purpose of this acquisition is to procure and evaluate commercial socks that incorporate the latest in sock design fabrication and state-of-the-art fiber technology. The socks will be field tested by soldiers throughou t the United States in hot, intermediate and cold, both in wet and dry environments to determine if performance improvements can be identified. Findings will be recorded in a Test Report and presented to the Army Uniform Board for their consideration. Th e objective is to identify and determine if better commercial socks are available that offer significantly better performance characteristics than the current military socks. These properties may be improved shock absorbency, moisture transfer, friction r eduction, comfort or other attributes that could reduce foot injuries (such as blisters) and overall user acceptance. Quoters are advised that no quotations will be considered from foreign sources or from any company not in compliance with 10 USC 2241 not e, commonly referred to as the Berry Amendment (see DFARS Clause 252.225-7012). Use of simplified acquisition procedures does not negate the $100,000.00 threshold for adherence to the Berry Amendment. The required criteria of these boot socks (and/or sock systems) may include all or some of the following special characteristics: all performance factors that would decrease foot injuries (i.e., blisters) and/or increase comfort. The socks will be evaluated to determine suitability as a component of a Modular Boot R&D project as well as a stand-alone sock. These factors shall encompass one or more of the following: Shock absorbency; Moisture/Vapor Management materials (breathable & non-breathable); Friction reduction properties; may include any other contribut ing performance enhancement characteristics; Sock color shall be compatible with Battledress Uniform (BDU); Sock shrinkage (at sole area) shall not exceed 6.0 percent (AATCC 135, 5 Cycles, Machine Cycle (1), Washing Temperature (IV), Drying Procedure (Tumb le, A-iii)), with lower percentages rated higher; Sock weight (ounces/pair) shall not exceed 5 ounces (Use calibrated scale), with lower weights rated higher. Sock air permeability (at sole area) shall be 80, min. (ASTM D737). Sock burst strength (at sole area) shall be 80 pounds, min. (ASTM D3787). Sock thickness double ply (at sole area) shall be 0.10 inch, min. (ASTM D1777). Sock Moisture Vapor Transmission Rate (MVTR) (at sole area) shall be 500 grams, water, sq.meter/24 hours (ASTM E96, Procedure B ). This procurement action will encompass a total maximum quantity of 70,000 pairs of boot socks (and/or sock systems); the quantity of 70,000 pairs of socks will be divided among purchase order awardees. Each quoter shall provide an incremental sock qua ntity price list. Quoters shall provide pricing based on quantities of not less than 1,000 pairs up to 70,000 pairs, maximum. The tariff of sock sizes shall be as follows: Small 10%(Item Number 0001AA); Medium 60% (Item Number 0001AB); Large 20% (Item Number 0001AC); X-Large 10% (Item 0001AD). The required delivery time for the total quantity is sixty (60) calendar days after award of a purchase order. The delivery address for all items is Product Manager-Soldier Equipment at Ft. Belvoir, VA (exact building and street address will be placed on award documents). A Field Test of the selected commercial boot socks (and/or sock systems) is planned, using th e current standard military cushion sole boot sock (with liner and without liner) as the Control Standard at several military locations. All items shall be preserved packaged and shipped FOB Destination in accordance with best commercial practices to the above location. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS; 52.212-2 EVALUATION -- COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESEN TATION AND CERTIFICATIONS -- COMMERCIAL ITEMS. A completed copy must be submitted with the quotation; 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COM MERCIAL ITEMS; 252.225-7012, 252.225-7014. 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 following evaluation cri teria will be used to evaluate offered quotations and product samples: Technical, Price and Past Performance. The Technical area is greater in importance than the Price area, which is slightly more important than the Past Performance area. All evaluation areas, other than price, when combined, are significantly more important than Price. The Technical area will be evaluated for: the proposed items capability to meet the solicitation requirements as demonstrated by the written proposal, product literatur e (if available), and product samples. Technical literature and written proposals will be evaluated for having addressed thoroughly: shock absorbency, moisture vapor management, breathability, friction reduction, and any other contributing performance cha racteristics. Sample boot socks (and/or sock systems) will be evaluated for color compatibility with the Battledress Uniform (BDU); a maximum weight of 5.0 ounces per pair, maximum shrinkage of 6.0% per pair, Sock air permeability (at sole area) shall be 80, min. Sock burst strength (at sole area) shall be 80 pounds, min. Sock thickness double ply (at sole area) shall be 0.10 inch, min. Sock Moisture Vapor Transmission Rate (MVTR) (at sole area) shall be 500 grams, water, sq.meter/24 hours. Price will be evaluated for price realism, fairness and reasonableness based on competitive pricing received and/or comparison with prices for similar items as necessary. The vendor s Past Performance will be evaluated for relevant experience in providing these ite ms (socks) to determine the vendors performance risk. The Government intends to make up to ten (10) awards based on best value selections and within budget constraints. Vendors may submit up to three (3) product demonstration samples (10 pairs of each); however, each quotation submission must be a complete stand-alone proposal with its own technical, pricing, and past performance sections. Vendors shall include required certifications (see Clause 52.212-3) in the Pricing Proposal. Vendors shall submit a written technical proposal not exceeding ten (10) pages that describes how their item(s) meet the requirements stated herein. If technical literature does not address shock absorbency, moisture vapor management, breathability, friction reduction, and oth er contributing performance characteristics, the vendor should address in the written proposal. If technical literature is very general, the vendor must explai n in detail in its written proposal. Vendors shall submit a written past performance proposal not exceeding two (2) pages, which describes their recent, relevant experience relating to Government and non-Government contracts. Past Performance information shall include a point of contact, a current telephone number, and current e-mail address. Proposal submission shall consist of two volumes: Technical and Past Performance shall be one volume with two separate sections (submit original and 5 copies). Pric e Data and Certifications shall be submitted in a separate volume (as price shall be evaluated by a separate panel) (submit original and 2 copies). Technical, Past Performance, to include Price Data and Certifications shall be submitted directly to the Dir ectorate of Contracting, ATTN: DOC-OPS (Ms. Simone N Curtis, Contracting Officer), 1868 15th Street, Fort Polk, LA 71459 (Physical) or PO Drawer 3918, Fort Polk, LA 71459-0918 (Mailing). With its offer, Vendors shall submit ten (10) pairs of each product s ample that meet the requirements stated herein. Sample boot socks (and/or sock systems) shall be submitted directly to: U. S. Army SBCCOM, ATTN: AMSSB-PM-RST-E(N)(Mr. Borges), Kansas Street, Natick, MA 01760-5019. The Government will not pay for product s amples, nor will the product samples be returned following evaluation. NOTE: Date and time set for receipt of proposals and sample socks is November 30, 2001, 10:00AM.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011123/84SOL001.HTM (D-324 SN5134A2)

84 - Clothing, Individual Equipment and Insignia Index  |  Issue Index |
Created on November 20, 2001 by Loren Data Corp. -- info@ld.com