Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2005 FBO #1216
SOLICITATION NOTICE

A -- Ballistic eyewear testing services, for both spectacles and goggles, in support of on-going military protective eyewear efforts.

Notice Date
3/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RDECOM Acquisition Center - Natick, 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-05-R-0006
 
Response Due
4/8/2005
 
Archive Date
6/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Research Development and Engineering Command (USA RDECOM) Natick Contracting Division (NCD), has a requirement to procure laboratory testing services for protective eyewear, spectacles and goggles, on an as-needed basis for a period of approximately two years. This requirement is 100% set aside for Small Business. The applicable FSC Code is AC91. The applicable NAICS Code is 541380 and the small business size standard of $10 million. This synopsis is a Pre-Solicitation Notice prepare d in accordance with FAR 5.201 for Solicitation Number W911QY-05-R-0006, which is not yet issued. This is not a Request for Proposal. Solicitation Number W911QY-05-R-0006 will be issued on or about April 8, 2005, and will be conducted in accordance with F ederal Acquisition Regulation (FAR) Part 12 and Part 13.. The testing laboratory shall be capable of performing the following tests in an expedient manner to support ongoing military protective eyewear efforts: ANSI Z87.1-2003 Testing for both Spectacles and Goggles, Ballistic Testing for both Spectacles and Goggles, Chemical Resistance Testing, Distortion, Luminous Transmittance/Chromaticity/Neutrality, Temperature, Humidity/Adhesion. Additionally, the laboratory shall be capable of performing, or have a teaming arrangement with another facility to perform, Laser Testing on commercial eyewear products in an expedient manner. Any combination of the above tests may be required on a given item. The laboratory shall be an accredited laboratory (such as by American Association for Laboratory Accreditation [A2LA]) for conducting testing in accordance with ANSI Z87.1. The Government will require Testing and Reporting and it is estimated that the contract will have the following contract line item structure: 1) ANSI Z87.1 Testing - Spectacles; 2) ANSI Z87.1 Testing - Goggles; 3) Ballistic Testing - Spectacles; 4) Ballistic Testing - Spectacles; 5) Chemical Resistance; 6) Distortion; 7) Luminious Transmittance/Chromaticity/Neutrality; 8) Temperature; 9) Humid ity and Adhesion; 10) Laser; and 11) Reporting. Separate test reports shall be provided for each of the categories of testing identified above on a given item. Government Furnished Property (GFP): A sufficient quantity of protective eyewear will be prov ided to the testing laboratory by the Government to conduct ANSI Z87.1-2003 Testing, Ballistic Testing, Chemical Resistance Testing, Distortion, Luminous Transmittance/Chromaticity/Neutrality, Temperature, Humidity/Adhesion testing, and/or laser testing, a s needed, by the Government for the specific item under test. All GFP shall be returned to the Government upon completion of the required testing, regardless of the condition of the item(s) tested. The contractor shall provide all labor/equipment/supplie s required to conduct, and report upon, all of the testing described herein. The Government anticipates awarding one Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) as a result of the upcoming Request for Proposal (RFP), however, the Government reserves the right to award two contracts or no contract for this initiative, dependent upon solicitation responses. This procurement is subject to the availability of funds. In accordance with FAR Part 5.102 all documents associa ted with this acquisition will be released via the USA RDECOM NCD webpage at https://www3.natick.army.mil . No hard copies will be provided. Interested parties shall submit any questions or inquires pertaining to this Pre-Solicitation Notice in writing vi a e-mail to the Contract Specialist, Peggy Dube, at peggy.dube@natick.army.mil no later than COB April 6, 2005, which is two days prior to the closing date of this announcement. Telephone inquires will not be accepted. Firms shall not be reimbursed for a ny costs associated with proposal preparation.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00775665-W 20050326/050324212521 (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.