Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOLICITATION NOTICE

84 -- Winter Army Combat shirts

Notice Date
12/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY10R0020
 
Response Due
1/7/2010
 
Archive Date
3/8/2010
 
Point of Contact
stephen abate, 508-233-4018
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(stephen.abate@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army RDECOM, Natick Contracting Division has an acquisition requirement for 8,000 Winter Army Combat Shirts (WACS) intended to be worn in cold weather climates under a variety of weather conditions, along with the FR ACU Trouser and OTV or Plate Carrier instead of the standard ACU blouse. It should be Flame Resistant, durable and comfortable next to the skin, providing insulation for warmth as well as protection from wind, rain and snow. All Proposals must include a minimum of 4 size medium product demonstration samples and documentation (independent test results, literature, etc) to validate the following characteristics; This is a 100% Small Business Set-Aside combined synopsis/solicitation W911QY-09-R-0020. The NAICS Code for this acquisition 315211. Vendor Scope of Work: 1) SIZE AND CAMMO PATTERN BREAKDOWN: ColorDescriptionSizeQTY Multi-camWinter Army Combat ShirtSMALL 275 MED852 LARGE 1745 X-LG853 XX-LG 275 UCP-DWinter Army Combat Shirt SMALL275 MED852 LARGE1745 X-LG853 XX-LG275 1)BASELINE SALIENT CHARACTERISTICS APPLICABLE TO ALL WACS. (minimums or thresholds) a)The Winter Army Combat Shirt shall be constructed of flame resistant materials which meet or exceed the following requirements: i)ASTM D-6413 Vertical Flame Test (1)Maximum Afterflame 2 seconds (2)Maximum Afterglow 5 seconds (3)Maximum Char Length 5 inches ii)ASTM F-1930-00 Instrumented Manikin Test (4 second exposure) performance equal to or superior to performance of the ACS in this test. iii)There shall be no melting or dripping exhibited either during or after flame exposure in either of the above tests. b)The garment should be constructed to be worn under the OTV or Plate Carrier, and of fabrics which provide the following additional performance characteristics: i)Neck and Torso (1)Soft, stretchable knit to provide comfort and reduce chafing under body armor. (2)Lightweight, breathable insulation with moisture wicking properties for warmth without bulk. (3)Flat seams to minimize abrasion under body armor. (4)Collar height should meet aircrew requirements. (5)Torso- solid color (Tan 499) capable of meeting required shade standard and Near Infrared Signature requirements. ii)Sleeves (1)Water, wind and abrasion resistant exterior with breathable membrane. (2)Soft, fleece like interior for insulation protection from both heat and cold. (3)Elbow area with lightweight padding and abrasion resistantance protection. (4)Zippered cargo pockets on upper sleeves with flame resistant zippers, loop fastener patches for attaching insignia, and concealable IR tab. (5)Double barrel pen pockets with flaps on lower left sleeve. (6)Adjustable cuff with hook loop fastener tabs. (7)Sleeves capable of being printed with Multi-cam and UCP-D camouflage print and colors which are further capable of meeting all required shade standards and Near Infrared Signature requirements. c)All fabrics must meet colorfastness and physical property requirements as established by military specifications. d)Size range must be sufficient to fit the 95th percentile of all soldiers. 2)DESIRABLE SALIENT CHARACTERISTICS (Exceeding Objectives) a)The construction and materials should attain the following characteristics: low noise detection signature, color and shade integrity, heat/cold and moisture management. b)Sleeve material must be able to be printed in Universal Camouflage Pattern and be used in other military items in order to avoid unique supply chain issues. c)Size range should be small enough to fit 95th percentile of all soldiers without creating an undue logistical burden. d)When tested according to ASTM F-1930, Instrumented Manikin/Flash Fire (4 second exposure / 90 second acquisition time), the garment shall meet the following requirements: i)WACS shall demonstrate an increase in burn area protection resulting in the torso and sleeve material experiencing no 3rd degree burn predictions, and the sleeves experiencing less than 20% 2nd degree burn prediction. 3)LABELING, PRESERVATION, PACKING, PALLETIZATION, AND MARKING (SEE ATTACHMENT 1 and 2) a)All labels and hang tags shall included Army directed labels and hang tags that identify the item. b)All labeling, preservation, packing, palletization, and marking of the WACS shall be in accordance with standard commercial practices that allow the items to reach their final destination in their original condition. c)Shipping container markings shall be durable and legible, and shall include the item nomenclature, national stock number (after assigned), quantity, weight and cube, contract number, and contractor name, address and telephone number. d)Packing shall be in accordance with ASTM D 3951. Each item shall be individually wrapped or boxed. Any Use and Care Manuals and Warranty Card included with each item shall be placed in the top of the box as to ensure access to it prior to unpacking the item. e)The contractor shall mark all containers in accordance with Attachment 1 of this solicitation, titled Marking of Containers, dated 24 May 2005. f)The contractor shall label items in accordance with Attachment 2 of this solicitation, titled Item Labels, Equipment Sample. 4)INSPECTION Inspection will take place at origin upon receipt of the components that meets the requirements of the contract as specified in the Salient Characteristics in Addendum to FAR 52.212-4. The contractor shall repair or reject, as required, any defective items during the performance of the contract. The Government reserves the right to witness all contractor inspections, inspection documentation, and perform those verification tests it deems necessary to determine conformance to specified requirements. The contractor shall allow the Contracting Officer or their authorized designee to enter the contractors and subcontractors facility (if any) for the purpose of observation or consultation during all phases of the treatment process. The Government reserves the right to inspect or test any supplies that have been tendered for acceptance. 5)DELIVERY SCHEDULE/ADDRESS a)Delivery Schedule. Minimum of 2500 units per Camo Pattern, 60 days after award. b)Address: ATTN: Mike Bell/James Stringfellow, 15395 John Marshall HWY, Haymarket VA 20169. After contract award, the contractor is highly encouraged to evolve with industry standards and innovation, technology improvements or changes to the WACS. These improvements or changes are encouraged in processes, durability, improved protection and overall program cost or for any other purpose which presents a technological advantage to the Government. As part of the proposed changes the contractor shall submit a price proposal to the contracting Officer for evaluation. Those proposed technology improvements that are acceptable to the Government will be processed as modifications to the contract. Proposals may be submitted via overnight or regular mail to Stephen S. Abate c/o U.S. Army RDECOM, Natick Contracting Division ATTN: CCRD-NA-SY, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Stephen Abate via email at stephen.abate@us.army.mil. The closing time and date for quotes will not be later than 1pm EDT January 7, 2010. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 Instructions To Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items with Addenda below; Addendum to 52.212-2 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement (Salient Characteristics); past performance and price. Technical is of greater importance when compared to past performance and price combined, past performance is of greater importance when compared to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of addendum), 52.212-3 Offeror Representation and Certifications - COMMERCIAL ITEMS. A completed copy must be submitted with the offer; 52.212-4 Contract Terms and Conditions Commercial Items;Addnedum to 52.212-4; 1. ITEM DESCRIPTION/MISSION REQUIREMENTS The WACS is intended to be worn in cold weather climates under a variety of weather conditions, along with the FR ACU Trouser and OTV or Plate Carrier instead of the standard ACU blouse. It should be Flame Resistant, durable and comfortable next to the skin, providing insulation for warmth as well as protection from wind, rain and snow..52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes Of Executive Orders - Commercial Items(Deviation); 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; 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition 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 Destination; 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. 252.232-7003 Electronic Submission of Payment Requests. All clauses applicable to this solicitation may be accessed electronically at the following: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. To be eligible for award, all offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8d09fecc86841352557085155bf8672)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02022004-W 20091213/091211234938-b8d09fecc86841352557085155bf8672 (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.