Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2002 FBO #0041
PRESOLICITATION NOTICE

84 -- Body Armor, Multiple Threat/Outer Tactical Vest (OTV) and Components

Notice Date
1/10/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0100-02-D-4025
 
Response Due
3/1/2002
 
Archive Date
3/16/2002
 
Point of Contact
Annette Seymour, Contract Specialist, Phone 215-737-2436, Fax 215-737-5655, - Mark Twardziak, Contracting Officer, Phone 215-737-5701, Fax 215-737-5655,
 
E-Mail Address
aseymour@dscp.dla.mil, mtwardziak@dscp.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
See notes 1, 9, 13 and 26 at http://www.eps.gov/Numbered_Notes.html. This purchase request is for Body Armor, Outer Tactical Vest (OTV) and its components. This will be an Indefinite Quantity Type Contract with two (2) Term Year Options. The items and quantities are listed as follows: 1) OTV (five sizes) 8470-01-465-1863/Extra Small, 8470-01-465-1865/Small, 8470-01-465-1866/Medium, 8470-01-465-1867/Large, 8470-01-465-1868/Extra Large. OTV QUANTITIES: BASE YEAR Min Qty 50,000/Max Qty 120,000, OPTION #1 Min Qty 50,000/Max Qty 100,000, OPTION #2 Min Qty 50,000/Max Qty 100,000. COMPONENT QUANTITIES (each component): BASE YEAR Min Qty 100/Max Qty 1,000, OPTION #1 Min Qty 100/Max Qty 1,000 OPTION #2 Min Qty 100/Max Qty 1,000. COMPONENT NOMENCLATURES AND NSNS: 2) BALLISTIC INSERT, BACK (five sizes) 8470-01-464-9481/Extra Small, 8470-01-464-9482/Small, 8470-01-464-9483/Medium, 8470-01-464-9486/Large, 8470-01-464-9487/Extra Large. 3) BALLISTIC INSERT, FRONT RIGHT (five sizes) 8470-01-465-1614/Extra Small, 8470-01-465-1615/Small, 8470-01-465-1642/Medium, 8470-01-465-1676/Large, 8470-01-465-1677/Extra Large. 4) BALLISTIC INSERT, FRONT LEFT (five sizes) 8470-01-465-0396/Extra Small, 8470-01-465-0399/Small, 8470-01-465-0400/Medium, 8470-01-465-1569/Large, 8470-01-465-1571/Extra Large. 5) YOKE AND COLLAR CARRIER (five sizes) 8470-01-465-4621/Extra Small, 8470-01-465-4619/Small, 8470-01-465-4620/Medium, 8470-01-465-4654/Large, 8470-01-465-4661/Extra Large. 6) BALLISTIC INSERT, COLLAR RIGHT (five sizes) 8470-01-465-1683/Extra Small, 8470-01-465-1685/Small, 8470-01-465-1686/Medium, 8470-01-465-1690/Large, 8470-01-465-1688/Extra Large. 7) BALLISTIC INSERT, COLLAR LEFT (five sizes) 8470-01-465-1773/Extra Small, 8470-01-465-1775/Small, 8470-01-465-1777/Medium, 8470-01-465-1779/Large, 8470-01-465-1781/Extra Large. 8) BALLISTIC INSERT, GROIN PROTECTOR (two sizes) 8470-01-465-1763/Extra Small/Small, 8470-01-465-1765/Large/Extra Large. 9) GROIN PROTECTOR, CARRIER (two sizes) 8470-01-465-1098/Extra Small/Small, 8470-01-465-1100/Large/Extra Large. 10) THROAT PROTECTOR, CARRIER (one size) 8470-01-465-1857. 11) THROAT PROTECTOR, BALLISTIC (one size) 8470-01-465-1769. The CARRIER COMPONENT will be supplied to the awardee as Government Furnished Property. The NSNs for the CARRIER (five sizes) are as follows: 8470-01-465-1918/Extra Small, 8470-01-465-1924/Small, 8470-01-465-1926/Medium, 8470-01-465-1928/Large, 8470-01-465-1929/Extra Large. Purchase Description Number CO/PD 00-02 dated November 20, 2001. Two awards are intended to different vendors, with total requirements to be 60% and 40% of the listed quantities. Deliveries will commence beginning 180 days after date of award. With the capability to produce the monthly quantities as follows: Body Armor, Multiple Threat/OTV (40% Awardee, Qty 4,000 each), (60% Awardee, Qty 6,000 each) (100% Awardee, Qty 10,000 each) Body Armor, Multiple Threat/Any Components (40% Awardee, Qty 400 each), (60% Awardee, Qty 600 each) (100% Awardee, Qty 1,000 each). Delivery Destinations will be to Defense Distribution Depot Susquehanna - New Cumberland, PA (W25G1U) and Defense Distribution Depot San Joaquin - Tracy, CA (W62G2T). This request for proposal will be a total set aside for small businesses. Trade off Procedures will be utilized with the following factors in descending order of importance: 1) Product Demonstration Models (PDM), 2) Experience/Past Performance, 3) Manufacturing Plan (The Manufacturing Plan subfactors are equal in importance) a) Manufacturing Procedures, b) Production Scheduling, c) Materials, d) Production Equipment, e)Surge Capacity, 4) Surge Capacity, 5) DLA Mentoring Business Agreement. A First Article will be required after award. All material used (with the exception of the Carrier Component) are to be furnished by the successful offeror(s). The Body Armor, Multiple Threat/Interceptor and Components are military unique items. There are no commercial equivalents or non-developmental items that could be purchased in their place, nor are they available with common modifications to commercially available items as defined in FAR 2.101. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offeror should register to receive notification of this solicitation or solicitation amendments. Copies of this solicitation can be found on the DLA Procurement Gateway (Gateway) at http://progate.daps.mil/home after (Estimated Date: February 1, 2001). From the Gateway homepage, select "Search RFPs" from the left-hand sidebar. Then choose the RFP you wish to view. You must be registered in order to download RFPs. If you are not, you will be directed to register at time of download. In order to ensure e-mail notification of RFPs, prospective vendors MUST go to the RFP Information page and select DSCP Clothing & Textiles as the commodity center from which notices will be sent. The solicitations will be in a downloadable, printable format when viewed with an Adobe Acrobat Reader. Free software is available at http://www.adobe.com/products/acrobat/readstep2.html. Gateway technical assistance is available at admin_support@pgmail.daps.mil. Copies of Military and Federal Specification are available via the internet (see note 9). PLEASE PROVIDE COMPANY NAME, ADDRESS, PHONE/FAX NUMBER AND CONTACT PERSON WITH ALL CORRESPONDENCE.
 
Record
SN20020112/00013223-020111090121 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.