Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOURCES SOUGHT

84 -- The U.S. Army Contracting Center, Aberdeen Proving Ground Natick Contracting Division, intends to enter to award multiple blanket purchase agreements for the fabrication of clothing and individual equipment

Notice Date
3/14/2012
 
Notice Type
Sources Sought
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), 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-2037-4017
 
Response Due
3/20/2012
 
Archive Date
5/19/2012
 
Point of Contact
Devin S. FitzMaurice, 508-233-6115
 
E-Mail Address
ACC-APG - Natick (SPS)
(devin.fitzmaurice@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENTS ARE AVAILABLE. DPPT Blanket Purchase Agreement (BPA) The Warfighter Protection and Aerial Delivery Directorate's Design Pattern and Prototyping Team (DPPT) will establish a number of BPAs. The work includes making prototypes according to the patterns, samples, and specifications provided. Materials will be provided by the government. The contract allows DPPT to respond more swiftly to strategic partner requirements that go beyond in-house capabilities. BPAs allow quick access to services and supplies not available in-house that are necessary to complete prototypes and small production runs. Work will be performed at the vendor locations by trained technicians. Specific Requirements: It is intended that these BPA's be set aside for Small Business. Vendors must provide a description of their capabilities, Cage Code, and DUNS number with their responses. The contractor's facility must be located within 250 miles of the NSRDEC, Kansas St. Natick, MA, 01760. Provided at the time of solicitation. It is intended that solicitation be posted through FedBid.com. Selected vendors will be required to register on FedBid.com to participate in these solicitations. Clothing & Individual Equipment Prototyping Services - Statement of Work 1.Background: The work performed includes fabrication of clothing and individual equipment prototypes to augment the prototyping and small production run capabilities of the Warfighter Protection and Aerial Delivery Directorate's Design Pattern and Prototyping Team (DPPT). The work includes making prototypes according to the patterns, samples, and specifications provided. Materials will be provided by the government. The contract allows DPPT to respond more swiftly to strategic partner requirements that go beyond in-house capabilities. Work will be performed at the vendor locations by trained technicians. The contractor's facility must be located within 250 miles of the NSRDEC. The work covered in this statement of work is through a relationship to be established via a Blanket Purchase Agreements (BPA) or use by a credit card purchases for purchases below the BPA threshold. BPA's allow quick access to services and supplies not available in-house that are necessary to complete prototypes and small production runs. 2. Requirements: The Contractor/s shall fabricate prototypes primarily composed of fabric/notions based on patterns provided by DPPT within timeframes specified by DPPT. General Requirements. The contractor's primary focus shall be to: (1) Fabrication of clothing and individual equipment prototype in compliance with DPPT provided patterns, samples and specifications. (2) Computer Aided Design (CAD) support to import, export, plot, send, receive and cut Accumark CAD files. 3. Period of Performance: The estimated period of performance is one year from contract approval with the option of four additional years. 4. Travel: Travel is not anticipated under this contract 5. Security: A security clearance is not required for this work. 6. Personnel Qualifications: It is essential the contractor have an understanding of: a. General experience: The contractor shall have expertise in producing Clothing and Individual equipment. b.Specialized Experience: Contactors shall be factory trained technicians in prototype fabrication, to include the use of Computer Aided Design, of Clothing and Individual equipment items such as, but not limited to, protective gear, chemical, field and dress items. Must be able to cut Kevlar. Sew Light Weight (nylon rip stop) and Heavy Weight (pack cloth). Must be able to work from a first pattern, trouble shoot and work out first patterns for manufacturing. Work from a sample for photograph and have a knowledgeable sample maker in house. 7. Government Furnished Equipment/Information/Computer Utilization: Government Furnished Equipment/Information/Computer Utilization: N/A the prototype fabrication will be conducted at the contractor's factory without the use of any Government equipment. 8. Other Direct Costs (ODCs): The Government does not anticipate ODCs for materials. 9. Deliverables: The deliverables will be fabricated prototypes primarily composed of fabric/nations based on ten patterns/samples provided by DPPT. 10. Place of Performance: The primary place of performance for this work will be the contractor's facility. 11. Contract Management/Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective research or scientific services performed in accordance with the requirements contained in the statement of work. A monthly or quarterly status report will be provided to the Government with the following information: Summary of work accomplished during the reporting period and percent complete Any problem areas or potential problem areas Schedule of activities planned for the next reporting period and number of remaining hours to complete activities If monthly: This report is due no later than the 10th calendar day of each month If quarterly: This report is due no later than the following dates: 15 January for the period 1 October to 31 December; 15 April for the period 1 January to 31 March; 15 July for the period 1 April to 30 June; and 15 October for the period 1 July to 30 September. 12. Invoicing: The Contractor shall bill no more than once monthly and at least quarterly. Invoices must include, as a minimum, the following information: Time Period Covered Direct Labor Hours Labor Category(s) Hourly Rate Travel with description (if applicable) ODCs with description (if applicable) Any applicable indirect costs 13. Contractor Manpower Reporting: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: (a)Contracting Officer, Contracting Officer, Contracting Officer's Technical Representative (b)Contract number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, email address, identify of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. This Closes Tuesday 20 March 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ea8f9b9987c2fe45f91ebb653c937f8)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02696150-W 20120316/120314234612-1ea8f9b9987c2fe45f91ebb653c937f8 (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.