Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2006 FBO #1613
SOLICITATION NOTICE

84 -- Body Armor and Load Carriage (BALCS) Backpack Suite

Notice Date
4/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
316991 — Luggage Manufacturing
 
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
W911QY06RBALC
 
Response Due
5/10/2006
 
Archive Date
7/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army RDECOM - Natick Contracting Division, Kansas Street, Natick, MA on behalf of the United States Army  Soldier Systems Center, Natick, MA has a requirement for a commercially available Body Armor and Load Carriage System(BALCS) Backpack Suite utilizing Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. This requirement includes a back pack system comprised of a large Recce ruck, a medium Patrol pack, a small Assault Pack and a butt/courier style pack that accom modates the needs of the operational force. The new back pack system is required to be compatible with all existing BALCS components as well as other SPEAR issued equipment. The new BALCS back pack suite is required to reduce the overall weight of the BAL CS system and be readily adapted to the mission. Three Production Demonstration Models (PDM)s shall be fabricated for each submission (frame style or volume) with proposals. Each contractor may submit up to two proposals in each frame type (Internal, Exte rnal or Hybrid) or component pack type/per required volume (Butt, Assault, Patrol or Recce) as desired. Manufacturers may propose on the suite as a whole or individual components of this suite. The government anticipates making multiple awards, but reserv es the right to make one or no awards. This will be a 100 % small business set-aside. The NAICS code for these items is 316991, and the business size standard is 500 employees. This is not a request for proposals (RFP). The Government intends to make mult iple awards on a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract as a result of the Request for Proposals (RFP). The Government anticipates a five year ordering period. The anticipated total minimum requirement is 4,000 with a maximum total requirement of 40,000 units per component. Comments relating to this synopsis should be submitted via email to Christopher Heim, at christopher.andrew.heim@us.army.mil, no later than 10 May 2006. The Government anticipates releasing the RF P on or about 22 May 2006.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-NS, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01034751-W 20060427/060425220640 (fbodaily.com)
 
Source
FedBizOpps 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.