Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2012 FBO #3717
SOURCES SOUGHT

84 -- Request for Information, Army Combat Pant

Notice Date
1/26/2012
 
Notice Type
Sources Sought
 
NAICS
315224 — Men's and Boys' Cut and Sew Trouser, Slack, and Jean Manufacturing
 
Contracting Office
ACC-APG - Natick (PADDS), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W58P05ACP012611
 
Response Due
2/20/2012
 
Archive Date
4/20/2012
 
Point of Contact
Neal Dedicatoria, 703-805-8523
 
E-Mail Address
ACC-APG - Natick (PADDS)
(neal.dedicatoria@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Product Manager, Soldier Clothing and Individual Equipment (PM-SCIE) requests capability statements from companies for the purpose of identifying potential sources to provide the Army Combat Pant (ACP.) The Government does not have a specification for the ACP at this time. The specification is currently in development. The government anticipates having a minimum delivery requirement of 15,000 pairs per month. ACPs will be similar in appearance to the FR ACU Trouser and will include the following features: Design elements increasing the durability of the seat and crotch. Shall be constructed of Flame Resistant materials which provide protection and durability equal to or greater than the current Flame Resistant Army Combat Uniform fabric. Printed in either the Universal Camouflage Pattern (UCP) or in the Operation Enduring Freedom Camouflage Pattern (OCP) and capable of meeting all required shade standards and Near Infrared Signature requirements. Belt loops capable of supporting and compatible with all military equipment. Has a ruggedized seat. Minimum 9 pocket configuration (2 front hip, 2 back hip, 2 cargo, 2 calf and 1 accessory). Integrated removable hard-shell knee pad with both vertical and horizontal position adjustments. Patch kit specified for ACP Permethrin Treated. There is no relevant buy history associated with this RFI. The Army has procured ACP commercial solutions to fulfill this requirement in the past. The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this Request for Information received by the Government will not be accepted to form a binding contract. This is a Request for Information (RFI) and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL format will be rejected and considered nonresponsive. Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUBZone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capabilities for providing similar products and/or the ability to modify existing products or develop new products that could meet the requirements described herein. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 20 Feb 12. Address any questions about this request for information to Mr. Jed Watkins via e-mail at james.e.watkins2.ctr@mail.mil. Qualified sources are requested to electronically send their information via email with their Company Name and Solicitation number in the email subject line to: Mr. Neal Dedicatoria, email: neal.h.dedicatoria2.civ@mail.mil and Mr. Jed Watkins, email: james.e.watkins2.ctr@mail.mil Please include the following information in the body of your email in the following format: 1) NAICS code(s) under which you will perform this task 2) Company address, telephone number, primary contact(s) with e-mail address(es) and CAGE code. 3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov.) 4) Ramp schedule 5) Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, This can also include current or past performance of providing this or similar products to the Government. 6), Minimum and maximum delivery schedule per month, and anticipated volume discounts. 7) All assumptions, including any assumed Government support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1fd04e2486fc0ad2f9585836b2d2f62)
 
Place of Performance
Address: ACC-APG - Natick (PADDS) ATTN: CCRD-NA, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02661763-W 20120128/120126234527-b1fd04e2486fc0ad2f9585836b2d2f62 (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.