Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
SOURCES SOUGHT

84 -- Request for Information (RFI)/Sources Sought - Product Manager - Soldier Protective Equipment (PM-SPE) Soldier Plate Carrier Systems (SPCS).

Notice Date
10/2/2012
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-13-SPCSRFI
 
Response Due
11/2/2012
 
Archive Date
1/1/2013
 
Point of Contact
lisa.yamakawa, 410-278-6129
 
E-Mail Address
ACC-APG - Aberdeen Division D
(lisa.j.yamakawa.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE CONSTITUTES A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A SOLICITATION AND NO CONTRACTS WILL BE AWARDED AS A RESULT OF RESPONSES SUBMITTED UNDER THIS RFI. PM SPE is seeking technical and cost information from manufacturers regarding the possible procurement of 25,000 SPCS. Please include a statement regarding your level of interest in participating in any future PM SPE solicitations related to this request. DESCRIPTION: The Army seeks a SPCS that meets the requirements of the current SPCS Purchase Description (PD), technical drawings, and patterns which are provided as attachments to this notice. The SPCS must provide soft ballistic protection as outlined within the SPCS PD. The SPCS must provide protection from rifle threats described within the Purchase Description AR/PD 10-04D, when used in conjunction with the Enhanced Small Arms Protective Inserts (ESAPI) / X Small Arms Protective Inserts (XSAPI) and Enhanced Side Ballistic Inserts (ESBI) / X Side Ballistic Inserts (XSBI). In addition, the SPCS must be compatible with current ESAPI, XSAPI, ESBI and XSBI size and fit requirements and the soft ballistic armor must be positioned directly behind the ESAPI/XSAPI and ESBI/XSBI and extend at least one (1) inch beyond the edge of the plates in all directions. Responses from interested businesses should include the following: 1) Vendor Information: a. Vendor name; b. Vendor Address; c. Vendor Size Status (in relation to NAICS 315990); and d. Vendor point of contact (POC) information (individual's name, email and phone number). 2) Vendor Past Performance: Vendor shall provide past performance information with respect to current and/or previously held Personal Protective Equipment (PPE) contracts with the Government: a. Contract number; b. Total contract dollar value; c. Total quantity procured; and d. delivery requirements (i.e. number of vests per month delivered) 3) Product Information: a. product description; b. estimated cost (each); c. National Institute of Justice (NIJ) certification of ballistic performance of vendor's currently manufactured products; d. a written narrative of compliance with the performance requirements listed in the description above; e. a written narrative of: i. the vendor's production capacity; ii. ability to provide 25,000 production SPCS to include a projected production and delivery schedule; and iii. information as to the vendor's capability to manufacture additional quantities up to 100,000 SPCS systems. f. A discussion of warranties that shall be provided with currently manufactured products. 4) A statement regarding vendor's level of interest in participating in any future PM-SPE solicitations related to this RFI. All interested companies, regardless of business size, are encouraged to respond to this RFI by submitting the above information no later than (NLT) close of business (COB) on Friday, 02 November 2012. The Government will not pay for information or products received in response to this RFI and is in no way obligated by the information received. Inclusion in this RFI does not constitute Department of the Army approval for, or acceptance of, any product. Proprietary information should be clearly marked and will not be disclosed outside the U.S. Government. Responses shall be sent via e-mail to: 1) Lisa J. Yamakawa at lisa.j.yamakawa@mail.us.army.mil or lisa.j.yamakawa.civ@mail.mil; and 2) MAJ Scott J. Madore at scott.j.madore.mil@mail.mil Contracting Office Address: Army Contracting Command- Aberdeen Proving Ground (ACC-APG), 4401 Boothby Hill Avenue, Room 316, Aberdeen Proving Ground, MD 21005-3013 Program Office Address: PM Soldier Protective Equipment, 10170 Beach Road, Bldg 328T, Ft. Belvoir, VA 22060 Point of Contact(s): Contracting Officer - Ms. Carol Tyree, (410) 306-1461 Contract Specialist - Ms. Lisa Yamakawa, (410) 278-6129 Assistant Product Manager (APM) - MAJ Scott Madore, (703) 704-9430 Acquisition Consultant - Mr. Rob Weinhold, (703) 704-0658
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ccc86f3e712f5aa55cc1e5f7534abcdd)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02906535-W 20121004/121002234637-ccc86f3e712f5aa55cc1e5f7534abcdd (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.