Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOLICITATION NOTICE

84 -- United States Army Advanced Combat Helment (ACH)

Notice Date
4/12/2004
 
Notice Type
Solicitation Notice
 
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
W911QY04RACH1
 
Response Due
4/30/2004
 
Archive Date
6/29/2004
 
Point of Contact
Sean Murphy, 508-233-6255
 
E-Mail Address
RDECOM Natick (R&D)
(sean.murphy@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army REDCOM - Natick Contracting, in support of the US Army Soldier Systems Center-Natick has a requirement for a new Advanced Combat Helmet (ACH) which will replace the helmet known as the “Personnel Armor System Ground Troops” ( PASGT). The ACH will provide an improved helmet to Soldiers that in addition to providing the Soldier ballistic and impact protection, will be used as a platform to mount electronics such as communication devices, and Night Vision devices among other item s. As a helmet it will provide standard “Helmet, Ground Troops and Parachutists” and (PASGT) protection as well as increased 9mm protection. The reduced edge cut of the ACH, although reducing area of coverage, will improve the field of vision an d hearing, leading to better situational awareness over the current helmet. The ACH has five basic components: The helmet shell, the pad suspension system, the retention system (chinstrap/napestrap) helmet cover and eye strap. The performance specificatio n for the helmet, (shell, pad suspension system, and retention system) can be found under Sources Sought in Fedbizopps. The Government anticipates that this requirement will be a Full and Open Competitive acquisition, however, the Government reserves the right to change the solicitation procedure. It is anticipated that a final Fedbizopps Announcement and solicitation will be released in late May 2004, with proposals due in July 2004. Firms shall not be reimbursed for any costs associated with proposals. The Government envisions one or more Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts will be awarded as a result of the Request for Proposals (RFP. The Government anticipates a one-year Base Ordering Period, with four, one -year Options. If one contract is awarded, the anticipated minimum requirement is 50,000 ACHs and a maximum requirement of 200,000 ACHs and applicable spare parts for the base ordering period; for the first option period the anticipated minimum requiremen t is 50,000 ACHs and a maximum requirement of 300,000 ACHs and applicable spare parts; for the second option period the anticipated minimum requirement is 50,000 ACHs and a maximum requirement of 300,000 ACHs and applicable spare parts; for the third optio n period the anticipated minimum requirement is a 1 ACH and a maximum requirement of 80,000 ACHs and applicable spares; for the fourth option period the anticipated minimum requirement is a 1 ACH and a maximum requirement of 80,000 ACHs and applicable sp ares. If more than one contract is awarded the requirements will be divided equally to the winning offerors. When released, the solicitation, including all amendments, and applicable documents (with the exception of patterns, if applicable) will only be a vailable in electronic medium at US Army RDECOM – Natick Contracting at https://www3.natick.army.mil . Interested parties shall submit any comments, questions or inquires, concerning any of the documents in writing via e-mail to the Contract Speciali st, Sean Murphy, at sean.murphy@natick.army.mil no later than 11:00 a.m. (EST) on or before April 30, 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD16/W911QY04RACH1/listing.html)
 
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
SN00564259-F 20040414/040412212549 (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.