Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
MODIFICATION

84 -- FR Integrated Patch Kit

Notice Date
6/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel 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
W911QY10R0065
 
Response Due
6/28/2010
 
Archive Date
8/27/2010
 
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
Throughout the Army, Warfighters require clothing that is durable, functional and provides the protection they require to accomplish their missions. On occasion, quick, field repairs are needed in order to maintain functionality and protection. The U.S. Army RDECOM, Natick Contracting Division has an acquisition requirement for 10,000 FR Integrated Patch Kit (FR IPK). This is a 100% Small Business Set-Aside combined synopsis/solicitation W911QY-09-R-0065. The NAICS Code for this acquisition 315999. All Proposals must include a minimum of 6 product demonstration samples and documentation indicating Government and or independent test results, literature, etc. to validate the following characteristics; Vendor Scope of Work: 1.BASELINE SALIENT CHARACTERISTICS (Minimums or Thresholds) 2. The IR/FR Uniform Repair Kit must contain 8 Patches (2 3x3, 2 4x4, 2 5x5, 2 5x7). These IR/FR Uniform Repair Kits should be made of flame resistant fabric printed in the Multicam or UCP camouflage patterns, coated on the back with a flame resistant adhesive, and packaged in a re-sealable bag. a.IR/FR Uniform Repair Kit i.The IR/FR Uniform Repair Kit material must be compatible with the current FR-ACU, ICVC and A2CU FR uniform materials. ii.Flame resistance properties of the IR/FR Uniform Repair Kit must meet or exceed the FR properties of the original material when applied. iii.The IR/FR Uniform Repair Kit must meet the No Melt/No Drip requirement when tested for flammability. iv.The IR/FR Uniform Repair Kit must match the visual shade and IR spectral reflectance properties of the original material as established by military specifications. v.The IR/FR Uniform Repair Kit must be capable of adhering to the garment, without sewing or special tools, using 30 60 seconds of pressure from a spoon or similar tool under ambient conditions. The FR PSA must not require activators such as heat or other chemicals to ensure adhesion of the patch to the garment. vi.The IR/FR Uniform Repair Kit shall achieve 100% adhesion to the uniform material within 24 hours of application. vii.Once fully adhered to the FR garment, the IR/FR Uniform Repair Kit must be durable to a minimum of 10 field launderings. 2.DESIRABLE SALIENT CHARACTERISTICS (Exceeding) a.IR/FR Uniform Repair Kit i.The IR/FR Uniform Repair Kit should be capable of extending the useful life of the uniform item by 50% or greater. ii.The IR/FR Uniform Repair Kit should be available in Multicam and Universal Camouflage Patterns/Prints without overtaxing logistical capabilities. 3.TEST METHODS AND METRICS (Targets) a.IR/FR Uniform Patch Kit MinimumMaximum ASTM D-3776Weight (oz/yd2)4.57.5 AATCC 16 (20 & 40 hours) (85 & 170 KJ)Colorfastness to Light 20 hours 40 hours 3-4 3 AATCC 8Colorfastness to Crocking Wet Dry 3 4 AATCC 61 Option 2AColorfastness to Laundering, Accelerated (3 cycles) 3 ASTM D-6413Vertical Flame Test Afterflame (sec. Afterglow (sec.) Char Length (in.) Melt/ Drip 2 5 5 None AATCC 124 Table II 3,V, A, iAppearance of Fabrics after Repeated Home Laundering (10 cycles)Patch shall demonstrate strong adhesion with no delamination 4. LABELING, PRESERVATION, PACKING, PALLETIZATION, AND MARKING 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. 5. 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. 6. DELIVERY SCHEDULE/ADDRESS g)Delivery Schedule. First 3500 with 45 days of award, deliveries will continue 30 days later until deliveries are made in full. h)Address: PEO Soldier RFI Facility 2800 Eastern Blvd Building AE, Door 58 Middle River, MD 21220-2824 Attn: Don Goodwin, Warehouse Manager (410)918-0458 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 June 28, 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. 7. 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 IR/FR Uniform Repair Kit is intended to provide a quick, simple solution to repairing rips and tears and can be supplied with a garment The IR/FR Uniform Repair Kit must contain 8 Patches (2 3x3, 2 4x4, 2 5x5, 2 5x7). These IR/FR Uniform Repair Kits should be made of flame resistant fabric printed in the Multicam or UCP camouflage patterns, coated on the back with a flame resistant adhesive. Pprinted in both the Universal Camouflage Pattern (UCP) and MultiCam patterns, and coated on the back with a Flame Resistant Pressure Sensitive Adhesive (FR-PSA). The FR-PSA will be covered with an appropriate release liner and packaged in a bag capable of being repeatedly sealed. The patch system should adhere to the FR Army Combat Uniform (FR-ACU), the Improved Combat Vehicle Crewmans Coverall (ICVC) and the Aviation Aircrew Combat Uniform (A2CU) or other flame resistant clothing items, covering any holes, rips or tears. Application of the FR-IPK patch must be able to be accomplished without the need of any special tools other than a hard spoon like instrument. After application, the patch must comply with shade, NIR and flammability requirements equal to the uniform to which it was applied, withstand repeated garment launderings and must not degrade any properties of the garment..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/b1b395bd69117a23d6a409c638d08404)
 
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
SN02174145-W 20100612/100610235128-b1b395bd69117a23d6a409c638d08404 (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.