Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2004 FBO #0867
SOLICITATION NOTICE

84 -- Camouflage Uniform System for Soldiers (CUFFS)

Notice Date
4/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
RDECOM Natick (R&D), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-04-T-0038
 
Response Due
5/24/2004
 
Archive Date
7/23/2004
 
Point of Contact
Roberta Boswell, 508-233-4946
 
E-Mail Address
Email your questions to RDECOM Natick (R&D)
(Roberta.Boswell@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a full and open competition combined synopsis/solicitation DAAD16-04-T-0000 for commercially-available items. This is a best value acquisition. This combined synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6 utilizing simplified acquisition procedures in accordance with FAR Subpart 13.5 and supplemented with additional information included in this notice. This announcement will constitute the only solicitation. The applicable NAICS Code for this acquisition i s 314912 with a size standard of 500 employees. A request for a hard copy of the Request for Quotation will not be honored. Vendors are required to submit a hard copy proposal (to include product literature and independent test data) and product samples as described herein. Delivery shall be 16 weeks from time of contract award. This acquisition is for a Camouflage Uniform System for Soldiers (CUFSS), which may require minor modifications to meet Government requirements. The intent of the CUFSS is to provi de the dismounted Soldier with a state-of-the-art camouflage protection required for stationary concealment and stealth type movements. There are three items identified in this solicitation: a one-size, one-piece coverall; a one-size, one-piece poncho; and a pack cover in sizes small, medium and large. The items shall be manufactured in each of two camouflage patterns (Advantage Classic and Natural Gear) which are further described below. The coverall and poncho are intended to be worn over the Soldier????? ?s Battledress Uniform and provide camouflage capability to blend with various environments and terrain. The pack cover is intended to conceal the Modular Lightweight Load Carrying Equipment (MOLLE) and is available in three sizes to cover various sizes of load carrying equipment. The Government wishes to purchase a total of 17,410 items consisting of two garment styles, and pack covers in two camouflage color/patterns for a total of 10 distinct items. Vendors are cautioned that their products must comply w ith the Berry Amendment restrictions (see DFARS 252.225-7012) in order to receive an award. The U.S. Army RDECOM Acquisition Center, Natick Contracting Division, for the U.S. Army Natick Soldier Center, Natick, MA may award up to two (2) purchase orders (w ithin available funding constraints) on the basis of the submitted garment styles and pack covers. Offerors are not required to offer on all items. A maximum quantity of 5804 garments of each style and 5802 pack covers of each size will be purchased for i nitial fielding. The following is a breakdown of quantities to be purchased, 2902 each coverall in color/pattern style 915538; 2902 coverall in color pattern style 815402; 2902 each poncho in color/pattern style 815538; 2902 each; poncho in color/pattern s tyle 815402; 967 pack covers small in pattern 815538; 967 each pack covers medium in pattern 815538; 967 each pack covers large in pattern 815538; 967 pack covers small in pattern 815402; 967 each pack covers medium in pattern 815402; 967 each pack covers large in pattern 815402. Each vendor must submit a PDM(sample)consisting of a minimum of one coverall and/or one poncho, and/or three pack covers (in each size) for consideration. The CUFSS garments shall be made in each of two styles of one-size-fits-all coverall and a one-size-fits-all poncho and a separate rucksack pack cover (available in three sizes). Each garment design shall be available in each of two camouflage colors/patterns of three-dimensional, leaf-cut, basic fabric that is reinforced and st abilized with a sewn-on, open-mesh, backing fabric. The front face of the Coverall (incl. knees and elbows) shall be a durable, abrasion and snag-resistant, non-leaf-cut fabric that contains the same, matching camouflage colors/pattern as that of the leaf -cut basic fabric. The camouflage colors/patterns shall be Advantage Classic (Milliken Co. style (or equal): Advantage Classic, Intrigue leaf-cut fabric, Styl e No. 815538) and Natural Gear (Milliken Co. style (or equal): Natural Gear, Intrigue leaf-cut fabric, Style No. 815402). Contractor??????s submitting an ??????or equal?????? product shall provide a full fabric/full repeat pattern swatch. The fabric/mate rials of the CUFSS shall be water repellent or quick drying and be of sufficient strength to accommodate the attachment (i.e., tie, sew) of indigenous foliage to enhance concealment; the fabrics/materials shall be flame resistant/self-extinguishing to the maximum extent possible. All seams shall be sewn so as not to break open, loosen or ravel during use; seams at high stress areas shall be double stitched or otherwise reinforced so as not to separate during use. The CUFSS shall be sized to fit over the S oldier, wearing ballistic vest and load bearing vest (LBV), with appropriate loft to enable the Soldier to access his LBV and to enable unencumbered movement. The CUFSS shall, as necessary, have appropriate adjustments to enable the garment to be worn as a one-size-fits-all accommodating the 5th to 95th percentile male and female Soldiers. The hood of the CUFSS shall be sized and configured to accommodate the largest size of PASGT helmet and enable donning/doffing of the CUFSS while wearing the helmet. Th e CUFSS shall be a low bulk garment and carried rolled into a waist-mounted, butt pack with belt or folded into a compact form for carry in the rucksack pocket. One-Piece Coverall: The one-piece coverall shall consist of a long sleeve and trouser, coverall body (leaf-cut back and non-leaf-cut front), slide fastener front closure, pass-through pockets (to enable access to the LBV), attached hood (leaf-cut) with complete head coverage except for eye slit or opening, knee and elbow reinforcements (non-leaf-cut ), and adjustments for fit. The coverall shall be attached to and carried in a waist-mounted butt pack (leaf-cut) with slide fastener closure and belt (that also serves as a fit adjustment device). The coverall shall weigh no more that 2.7 pounds. One-Pi ece Poncho: The one-piece poncho shall consist of a one-piece, sheet body (leaf-cut) with hem (poncho size (+ 1 inch): 88 inches long (i.e., drape on the front and back of the Soldier) x 59 inches wide (i.e., arm span of the Soldier)) and with attached hoo d (leaf-cut) with complete head coverage except for draw cord face closure (closure shall be capable of enclosing the face and enabling an eye slit or opening). The hood shall be centered in the poncho and the face opening shall face the direction paralle l to the length of the poncho. The poncho shall weight no more than 2.7 pounds. Pack Covers: The pack cover (leaf-cut) shall be available in three sizes (small, medium and large) to accommodate the various sizes/configurations of the Modular Lightweight Load Carrying Equipment. The pack cover shall fit over and be secured (i.e., by draw cord in hem, etc.) on the load carry equipment; load carry equipment pockets shall be easily accessible through pass-throughs or without the complete removal of the pack cover. All materials used shall not create any hazards that might affect the health and safety of the user. Material Safety Data Sheets (MSDS) shall be submitted for all materials and finishes used on the materials. All materials shall be non-toxic in accordance with the following Toxicity requirement: The finished cloth shall not present a health hazard when used as intended when tested for toxicity. Toxicity testing and assessment: The contractor must furnish information, which certifies that the finished product is composed of materials, which have been safely used commercially or provide sufficient toxici ty data to show compatibility with prolonged, direct skin contact. At a minimum, toxicity data should include results from a primary dermal irritation study in laboratory animals and a repeated insult human patch test (Modified Draize Procedure). The lat ter must be conducted under the supervision of a qualified dermatologist using at least 100 free-living individuals. Toxicity documents: All finishes/chemicals used to process the garment shall be identified and accompanied by the appropriate Material Safety Data Sheet (MSDS) information. The use of chemicals recognized by the Environmental Protection Agency (EPA) as hum an carcinogens is prohibited. The delivery address for the Product Demonstration Model (PDM) is U.S. Army Natick Contracting Division, ATTN: Roberta Boswell, Kansas St., Natick, MA 01760. Delivery address for production items will be CONUS and specified i n the purchase order at the time of contract award. Proof of delivery of each shipment shall be furnished to the Contract Specialist, in order to expedite payment to the contractor. All items shall be preserved, packaged and shipped FOB destination to on e or two CONUS destinations, in accordance with the latest version of ASTM-D-3951, marking shall be in accordance with MIL-STD-129. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: Fed eral Acquisition Regulation (FAR) clause 52.212-2 ??????Evaluation ?????? Commercial Items?????? and Federal Acquisition Regulation (FAR) clause 52.212-1 ??????Instructions to Offerors ?????? Commercial Items?????? applies to this solicitation. Proposals a nd product samples/swatches submitted in response to this combined synopsis/solicitation shall be evaluated in accordance with FAR Part 13 procedures using the following evaluation criteria: The Technical area is most important. The Past Performance and Pr ice areas are equal to each other in importance. Technical and Past Performance when combined are significantly more important that price. Product Demonstration Model??????s (PDM??????s) will be tested/evaluated in the technical area, as necessary, for ga rment design, fit (i.e., soldier wearing helmet, covering load carriage), camouflage color/pattern, material leaf-cut/non-leaf-cut properties, material physicals (i.e., strong/reinforced, durable, water repellent, colorfastness, crocking resistance), fabri cation properties (i.e., reinforced seams), weight, bulk, labels/instructions, toxicity and MSDS. The Technical area will also be evaluated by the written proposal to include all test data and product literature. The Past Performance area will be evaluate d for performance risks by the vendor??????s recent relevant experience in providing these or similar items. Price will be evaluated for price realism, fairness, and reasonableness. Vendors shall submit a written technical proposal/volume not exceeding (1 5) pages, which describes how their item(s) meet the requirements stated herein. Vendors shall submit a written past performance proposal not exceeding (3) pages, which describes their recent, relevant experience in providing CUFSS or similar items. The P ast Performance Price/Proposal/volume shall include a minimum of three customer references the names of references, points-of-contact for the company referenced, and current telephone numbers, fax numbers and e-mail addresses for the reference. Offerors m ay submit a maximum of two proposals. Proposal submission shall consist of two volumes: Technical shall be one volume (submit original and 2 copies). With the technical proposal, Vendors shall submit product sample that meet the requirements stated herein . Past Performance and Price shall be the second volume with two separate sections and shall include all required representations and certifications (see FAR 52.212-3 and DFARS 252.212-7000) (submit original and 2 copies). Pricing shall be in the contract or??????s format,(CLIN Structure) but shall address each item submitted. Each CUFSS garment shall be clearly labeled (black ink on label approximating the base color of the CUFSS camouflage color/pattern) inside the garment (i.e., hood joining seam on bac k of garment) in accordance with commercial practices; the label shall include, as a mini mum, the garment style, color/pattern nomenclature, manufacturer??????s name, contract number, date of manufacture, care/use instructions, warnings/cautions for use, and all additional information required by law. As necessary and determined by the comple xity of the garment, an instruction sheet/pamphlet shall be included with the item to describe and illustrate the proper method of wearing of the garment. This solicitation document incorporates provisions and clauses that are effect through Federal Acquis ition Circular 2001-22. Other FAR clauses that apply to this solicitation are: 52.203-3 ??????Gratuities??????; 52.203-6 ALT 1 ??????Restrictions on Subcontractor Sales to the Government??????; 52.204-7 Central Contractor Registration; 52.212-5 (DEV) ???? ??Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items??????; Separately Priced Line Item??????; 52.222-19 ??????Child Labor ?????? Cooperation with Authorities and Remedies??????; 52.222-21 ??????Prohib ition of Segregated Facilities??????; 52.222-26 ??????Equal Opportunity??????; 52.222-35 ??????Equal Opportunity for Disabled Veterans??????; 52.222-36 ??????Affirmative Action??????; 52.222-37 ??????Employment Reports on Disabled Veterans and Veterans of the Vietnam Era??????; 52.225-13 ??????Restriction on Certain Foreign Purchases??????; 52.232-33 ??????Payment by Electronic Funds Transfer ?????? Central Contractor Registration??????; 52.233-3 ??????Protest After Award??????; 52.247-34 ??????FOB Destinat ion??????; 52.252-2 ??????Clauses Incorporated by Reference??????; 52.252-6 ??????Authorized Deviations in Clauses.?????? Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.204-7004 ????? ?Required Central Contractor Registration??????; 252.212-7001 ??????Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 ??????Buy American Act and Balance of Payments Program??????; 252.225-7012 ??????Preference for Certain Domestic Commodities.?????? 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. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ?????? Commercial Items, with the offer. Also include DFARS provision 252.212-7000, Offeror Representati ons and Certifications ?????? Commercial Items. In order to be eligible for award, contractors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. Questions concerning this solicitation sh all be submitted in writing to Ms. Roberta Boswell no later than 1530 EST on 23 April, 2004. Quotations shall be submitted to the U.S. Army RDECOM Acquisition Center, Natick Contracting Division, ATTN: Roberta Boswell, 1 Kansas St, Natick, MA 01760-5011, no later than 12:00 P.M. EST on 24 May, 2004.
 
Place of Performance
Address: RDECOM Natick (R&D) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00563279-W 20040411/040409212108 (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.