SOLICITATION NOTICE
84 -- Monolithic and Hybrid Polymer Ballistics
- Notice Date
- 1/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- 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
- W91A2K-9211-9030
- Response Due
- 1/27/2010
- Archive Date
- 3/28/2010
- Point of Contact
- Huy D Le, 5082335940
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(huy.d.le@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) FAR Subpart 12.6 in conjunction with 13.5, and supplemental information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposals (RFP). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-34. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation has no set-aside. The North American Industrial Classification System (NAICS) code for this procurement is 325211. This solicitation will end on 27 January 2010, at 12:00 p.m. Eastern Standard Time. Proposals shall reference solicitation # W91A2K-9211-9030, shall consist of no more than 10 pages explaning the companies ability to accomplish the statement of work and shall include pricing on each task as follows: CLIN 0001: Monolithic Samples POP: 12 Months QTY: 5 Description: Set of 100 plaques in accordance with Task 1 of statement of work. Price per Set $/thickness/material_____________________ CLIN 0002: Plaques POP: 12 Months QTY: 5 Description: Set of 50 Plaques in accordance with Task 2 of statement of work. Price per Set $ /material___________________ CLIN 0003: Fragment Protection Face Shield POP: 12 Months QTY: 5 Description: Set of 20 Face Shields in accordance with Task 3 of statement of work. Price per Set $ /material___________________ CLIN 0004: Modification of Trogamid CX with at least 3 different lubricants and flame retardants POP: 12 Months QTY: 5 Description: Set of 50 of modified Trogamid CX at least 3 different lubricants and flame retardants in accordance with Task 4 of statement of work. Price per Set $ /lubricant/Thickness __________________________ Price per Set $/flame retardant/Thickness ________________________ CLIN 0005: Modified Trogamid CX with lubricants and flame retardants POP: 12 Months QTY: 5 Description: Set of 50 gogglesand 50 Spectacles with modified Trogamid CX in accordance with Task 5 of statement of work. Price per Set $ /goggle__________________________ Price per Set $/spectacles________________________ CLIN 0006: Hybrids for EOD face shield POP: 12 Months QTY: 5 Description: Set of 20 hybrid systems with various combinations in accordance with task 6 of statement of work. Price per Set $___________________ CLIN 0007: EOD face shield POP: 12 Months QTY: 5 Description: Set of 10 EOD face shield in accordance with Task 7 of statement of work. Price per Set $ ___________________ Statement of Work: Task 1: The contractor shall procure, except Government Furnished materials listed below, and fabricate monolithic polymer materials with various materials and thicknesses. Examples of materials and thicknesses to be considered are listed below. Dimensions of monolithic samples will be 6in. x 6in. with various thicknesses. Monolithic samples will be 100 plaques per sample set. Task 2: The contractor shall fabricate sample sets of 50 plaques, using the materials that have identified by Natick representatives. Each set of plaques shall have an abrasion resistant coating with UV protection. These samples should not show any deterioration of ballistic resistant and optical properties due to the coating materials and/or processes. Dimensions of Plaque samples will be 6in. x 6in. with various thicknesses. Task 3: The contractor shall fabricate fragment protection face shield with the material candidates that are determined through research and development efforts of NSRDEC representative. The face shield fabricated should be complete form that has all the parts necessary to attach to the Personnel Armor System for Ground Troops (PASGT) and the Advanced Combat Helmet as shown in the specification (Type II of Commercial Item Description A-A-59540). The completed face shield shall have abrasion resistant coating with UV protection as well as meeting the ballistic and optical properties requirements within the military specifications including the prismatic correction. Task 4: The contractor fabricates Trogamid CX samples with at least 3 different ratios of lubricant and flame retardant in the polymer. The contractor shall submit 50 each of modified Trogamid CX samples. The samples shall meet all the requirements described in Task 2 above. Dimensions of these samples should be 6in.x6in. with four different thicknesses of 0.1in., 0.125in., 0.15in. and 0.25in.. Task 5: After determining the optimum modification of the lubricant and flame retardant by Natick representative, the optimized material shall be used to fabricate spectacles and goggles to produce at least 50 each for government evaluation. The goggles and spectacles fabricated with modified polymer shall be in complete form with hard and anti-fog coating with meeting all the requirements described above. Goggle lense thickness to range from.125in.-.25in., and Spectacles to have thickness of.1in.. Task 6: The contractor shall fabricate hybrids using potential candidates that are determined through research and development efforts of NSRDEC representative. Fabrication of potential hybrid samples of various combinations of organic with or without inorganic materials will be not less than 20 samples per sample set. These hybrids are for EOD (Explosive Ordinance Disposal) face shields. The fabrication of the inorganic/organic hybrids should be made so that the inorganic materials are sufficiently covered (completely encapsulated) to prevent damage from the handling of the systems and meet all requirements of optical properties and abrasion resistance. Dimensions will be Minimum 6in.x6in. with any thickness less than one inch to meet the requirement of military specification. Task 7: After determined optimum hybrid system, the contractor fabricates 10 EOD face shields. Military specification for EOD face shield is Mil-B-44315. Any requested samples by Natick representative should be delivered within 3 weeks from the requested date to: Dr. John Song USA Army Soldier Systems Center 1 Kansas St Natick, MA 01760 Following are examples of materials that may be used in this work. This is may not be all inclusive. Examples of materials to be evaluated are: Trogamid CX Trogamid T Impact modified PMMA Polyurethanes Polyureas Thicknesses to be fabricated are at least evenly distributed 5 different thicknesses between 0.078in. and 0.75in. (for example: 0.078in., 0.125in., 0.25in., 0.375in., 0.5in., 0.75in.) Examples of inorganic materials* to be evaluated are: Borosilicate Sapphire Others *: These materials will be furnished by Government as required. Contractor shall submit their proposal on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, a technical proposal no more than 10 pages that shall explain the companies ability to accomplish the statement of work, CLIN price, and overall total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx The provisions at FAR 52.212-1 Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items, 52.212-4 Contract Terms and Conditions -Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items applies to this solicitation. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer is the best value to the government. The following FAR clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 252.204-7000 Disclosure Of Information DEC 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Proposals are due no later than 12:00 pm EST, 27 January 2010. All proposals shall be sent electronically through email in Adobe PDF or Microsoft Office format to huy.d.le@us.army.mil. The assigned Contract Specialist is Huy Le, commercial (508)233-5940, email Huy.D.Le@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/556a77c7cb3728d0e98ec8bdfa5fb5f4)
- 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
- Zip Code: 01760-5011
- Record
- SN02041107-W 20100115/100113234614-556a77c7cb3728d0e98ec8bdfa5fb5f4 (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 |