Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2005 FBO #1399
SOLICITATION NOTICE

56 -- Shelter Roof Quilt Assemblies, Ground Cloth Assembly, Shelter Sidewall Liner Assembly, Airlock Endwall Quilt Assembly, and Ambulance Endwall Quilt Assembly

Notice Date
9/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-05-R-0556
 
Response Due
11/12/2005
 
Archive Date
1/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is for a 100% small business Set-Aside solicitation to be awarded as a 5 year Indefinite Delivery Indefinite Quantity, Firm Fixed Price Contract, and is for a ground covering cloth, a liner, and 6 different insulating Quilt assemblies f or use in the Chemical Biological Protective Shelter (CBPS) System. 1) The Shelter Roof Quilt Assembly; NSN: 5640-01-490-9666; P/N: 5-4-7012-1 provides insulation on the roof of the CBPS. It contains flame resistant polyester batting insulation, and meta lized reflective film. It also contains additional MIL-F-21840 pile materials and MIL-W-4088 webbing, it measures approximately 224 in. by 52 in. Contains grommets and stencil markings, and requires stitching of material. The total estimated quantity for 5 years is 84 each with a contract maximum of 250 each and a guaranteed minimum quantity of 4 each. 2) The Shelter Roof Quilt Assembly, NSN: 5640-01-490-9662, P/N: 5-4-7012-2 is similar to the above Shelter Roof Quilt Assembly except that it also adds an Air Distribution Duct Assembly. The Duct Assembly is primarily constructed of MIL-C-43808 Fabric, MIL-C-8061 Mesh, MIL-F-21840 Hook/Pile and requires stitching of the materials. The total estimated quantity for 5 years is 84 each with a contract maximum of 250 each and a guaranteed minimum quantity of 4 each. 3) The Shelter Roof Quilt Assembly; NSN: 5640-01-491-1330; P/N: 5-4-7012-3; provides insulation on the roof of the CBPS. It contains flame resistant polyester batting insulation, and metalized ref lective film. It also contains additional MIL-F-21840 pile materials and MIL-W-4088 webbing, it measures approximately 224 in. by 52 in. Differs from the above Shelter Roof Quilt Assemblies in the number of grommets and stencil markings it contains, requi res stitching of material. The total estimated quantity for 5 years is 84 each with a contract maximum of 250 each and a guaranteed minimum quantity of 4 each. 4) The Shelter Roof Quilt Assembly; NSN: 5640-01-490-9664; P/N: 5-4-7012-4; provides insulatio n on the roof of the CBPS. Uses insulation materials as stated above, and add additional MIL-F-21840 pile materials and MIL-W-4088 webbing, it measures approximately 224 in. by 52 in. Differs from the above Shelter Roof Quilt Assemblies in the number of grommets and stencil markings it contains, requires stitching of material. The total estimated quantity for 5 years is 90 each with a contract maximum of 300 each and a guaranteed minimum quantity of 10 each. 5) The Ground Cloth Assembly, NSN: 5410-01-49 0-9669, P/N: 5-4-7025-1, provides a ground covering capability for the CBPS. The ground cloth consists primarily of MIL-PRF-20696 material, covers an area roughly 25 ft by 22 ft with cutout sections; stitching and stencil markings are required. The total estimated quantity for 5 years is 82 each with a contract maximum of 250 each and a guaranteed minimum quantity of 2 each. 6) The Shelter Sidewall Liner Assembly, NSN: 5640-01-529-4346, P/N: 5-4-7017-1, provides insulation on the two inner sidewalls of t he Air Beam Shelter (ABS) portion of the CBPS. These insulating liners, measure approximately 224 in. by 74 in., contain 2 plastic windows each, contain flame resistant polyester batting insulation, metalized reflective film, quilting and stitching of the material is required. The total estimated quantity for 5 years is 85 each with a contract maximum of 250 each and a guaranteed minimum quantity of 5 each. 7) The Airlock Endwall Quilt Assembly, NSN: 5640-01-529-4347, P/N: 5-4-7015-1, provides insulation on the inner airlock endwall of the CBPS, uses insulation materials as stated above, measures approximately 197 in. by 112 in., and also requires cutting and stitching of materials. The total estimated quantity for 5 years is 85 each with a contract maxi mum of 250 each and a guaranteed minimum quantity of 5 each. 8) The Ambulance Endwall Quilt Assembly, NSN: 5640-01-529-4348, P/N: 5-4-7013-1, provides insulati on on the inner endwall of the CBPS, uses the same insulating materials as the above liner, measures approximately 197 in. by 101 in., and also requires cutting and stitching of the materials. The total estimated quantity for 5 years is 85 each with a con tract maximum of 250 each and a guaranteed minimum quantity of 5 each. First Article Test is required for all items. Shipping will be FOB Destination for all items. Ordering periods will be from date of award to 30 November 2010. Estimated issue date o f solicitation is 12 October 2005. This solicitation incorporates a Technical Data Package (TDP) that cannot be provided via the Internet. Vendors who need this TDP in order to prepare a bid or proposal are instructed to request same by submission of an e mail request to: tacom-ri-tdp@ria.army.mil. Any said requests should contain the following information; CAGE Code (if available), Company Name, Point of Contact (optional), Street Address, City, State, Zip Code, Telephone Number. A TDP will be provided by normal mail after the solicitation has been released to the Internet. This solicitation will be issued electronically in accordance with FAR 4.502 and 5.102, therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the Internet: https://aais.ria.army.mil/aais/SOLINFO/index.htm. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above Internet address in order to obtain any amendments, which may be issued. Failure to ob tain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00902861-W 20050925/050923212428 (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.