Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

84 -- Combat Helmets- Tactical Cut (Modular Integrated Communications Helmet (MICH)/Advanced Combat Helmet (ACH) geometry) and the USMC Light Weight Helmet (PASGT geometry)

Notice Date
3/12/2010
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410R3024
 
Point of Contact
S. Leigh D'Lugos 703-432-3318
 
E-Mail Address
susan.dlugos@usmc.mil
(susan.dlugos@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This PRESOLICITATION NOTICE is being issued by the Marine Corps Systems Command (MARCORSYSCOM) to procure combat helmets and will require both the Tactical Cut (Modular Integrated Communications Helmet (MICH)/Advanced Combat Helmet (ACH) geometry) as well as the USMC Light Weight Helmet (PASGT geometry) profile. A forthcoming solicitation will be issued on the basis of full and open competition. The NAICS code is 339113, Helmets (except athletic), safety (e.g., motorized vehicle crash helmets, space helmets), manufacturing, with a size standard of 500 employees. This is a Presolicitation Notice only; no proposals are being requested at this time. Information contained in this notice is subject to change. MARCORSYSCOM is interested in procuring combat helmets, capable of meeting all current, USMC Light Weight Helmet (LWH) performance requirements. The specified geometry of these helmets (Type I: Full PASGT Cut, Type II: Tactical Cut) is incorporated in the USMC Light Weight Helmet Product Description, FQ/PD 06-35B. Suspension/retention systems will be from approved mandatory sources of supply. Interested offerors will be limited to one material solution to satisfy both the Tactical Cut and Full PASGT Cut profiles based on current state-of-the-art materials. Offerors must be able to demonstrate the capability to produce helmets that will meet or exceed the required V50 and V0 performance requirements without exceeding the maximum weights at the time of proposal submission. Product demonstration models (consisting of a complete helmet with the currently approved mandatory source of supply suspension/retention systems) will be required as part of the proposal submittal. Complete requirements for the written proposal will be set forth in the solicitation, but it is anticipated they will include the following, among others: shell weights and thicknesses, production capabilities and ability to meet required delivery schedule, and ballistic performance. Ballistic test data required will include V50s against the 2-, 4-, 16-, and 64-grain Right Circular Cylinder (RCC), 17 grain Fragment Simulating Projectile (FSP) generated on actual helmets (not flat panels) as well as 9mm V0 from a National Institute of Justice (NIJ) certified commercial independent test laboratory. The Government anticipates making one (1) Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract award. The award will consist of initial minimum quantities of 5,000 MICH helmets and 200 LWHs across the size tariff of small, medium, large, and extra large. The maximum total quantity for production is anticipated to be 16,000 MICH and 184,000 LWH to include spares and tariff adjustments. Evaluation factors will be set forth in the forthcoming solicitation anticipated to be issued within the next thirty (30) to sixty (60) days. The solicitation will be posted on the internet at the Federal Business Opportunities website located at the following address: http://www.fedbizopps.gov, and the Navy Electronic Commerce Online (NECO) website at http://www.neco.navy.mil. The on-line version of the solicitation will include all documents of the solicitation package. No hard copy of this solicitation will be issued. Amendments, if any, will be posted at the same location as the original solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. The proposal shall be submitted in hard copy form only. No electronic submission of proposals will be accepted. Those responding to the solicitation have the responsibility to obtain all amendments and/or other applicable documents. Offerors are instructed to hold all questions until the solicitation has been issued. Offerors shall submit ALL questions in writing to susan.dlugos@usmc.mil. No phone calls will be accepted. All items, materials, and components thereof submitted shall be in full compliance with the Berry Amendment (10 U.S.C 2533a). Offerors may be required to provide detailed information certifying compliance. In order to be eligible for award, interested parties must be registered in the Central Contractor Database (CCR), http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R3024/listing.html)
 
Record
SN02090630-W 20100314/100312235027-8d7a11850702a0ac826b7fe34da14428 (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.