Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
MODIFICATION

84 -- Plain Weave Aramid Blend

Notice Date
8/28/2002
 
Notice Type
Modification
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-02-T-0133
 
Response Due
9/9/2002
 
Archive Date
11/8/2002
 
Point of Contact
Kimberly Chamberlain, 508-233-5922
 
E-Mail Address
US Army Robert Morris Acquisition Center
(Kimberly.Chamberlain@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The purpose of this modification is to provide the Statement of Work and Evaluation Factors for Award. Statement of Work, Plain Weave Aramid Blend, Dated August 23, 2002. The contractor will be required to print plain weave aramid blend (92% Nomex/5% Kev lar/3% P-140) fabric conforming to type II, class 5 requirements of MIL-C-83429B dated May 26,1993* – except that the fabric shall be printed in the Desert MARPAT Camouflage Pattern. Government Furnished Material (GFM) will be: MARPAT desert standard shad e sample; Desert IR requirements; and Mylar films needed for obtaining print screens. The government will accept a 0% plus yardage and up to 10% minus yardage on the quantity of fabric being produced under contract. If possible, Natick personnel would lik e to be present during printing of the fabric. The purpose of this acquisition is to demonstrate the capability of the vendor(s) to print the MARPAT desert pattern on aramid blend fabric used in the combat vehicle crewmen’s uniforms. Up to three (3) purc hase orders may be awarded (within funding constraints). Depending on the number of purchase orders awarded, quantity will vary from a minimum quantity of 500 yards per purchase order to a maximum quantity of 1500 yards per purchase order. *MIL-C-83429B can found at http://www.dodssp.daps.mil/. The Evaluation Factors are: Evaluation will be performed on a best value basis. Price will be evaluated for price realism, fairness, and reasonableness. Warranty will be evaluated for length and terms of warra nty. Past Performance: Vendor's recent relevant experience in printing Nomex or similar products will be evaluated for performance risk. The Past Performance information shall contain the purchase order or contract number, client name and address, and ap oint of contact at the company or government agency with current phone number and/or e-mail address so the government evaluators may contact the reference. Vendors should provide identification of a Point of Contact at the Griege Manufacturer, as well as identification and POC for finishing and testing. Pricing may be submitted in the vendor's format. Samples are not required, but will be accepted. Price, Warranty, and Past Performance Evaluation Factors are all of equal importance. The RFQ is availabl e at: http://www3.natick.army.mil (go to Business Opportunities, then to Ongoing Acquisitions, then to this solicitation number). Please e-mail inquiries to kimberly.chamberlain@natick.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD16/DAAD16-02-T-0133/listing.html)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00152890-F 20020830/020828221640 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.