Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
MODIFICATION

16 -- Request for Information - Market Research to support Qualified Products List (QPL) of the T-11 Personnel Parachute System

Notice Date
9/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
W911QY13T11QPL
 
Response Due
11/1/2013
 
Archive Date
11/11/2013
 
Point of Contact
Lisa Mardin, 508-233-6121
 
E-Mail Address
ACC-APG - Natick (SPS)
(lisa.m.mardin.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This modification: 1) updates the recommended submission date from 1 Oct to 1 Nov, and 2) gives prospective contractors the ability to submit T-11 sub-assemblies vs. complete systems since there may be contractors who would like to be QPL'd for non-canopy parts. 1. This is not a solicitation for bids/proposals but a Request for Information (RFI). This RFI is not a commercial solicitation per FAR Part 12. 2. This synopsis is issued for the sole purpose of the Product Manager - Soldier Clothing & Individual Equipment (PM SCIE), through the Natick Contracting Division, U.S. Army RDECOM, to conduct Market Research in accordance with FAR Part 10 to begin Pre-Award Qualifications for the T-11 Personnel Parachute System and/or T-11 Personnel Parachute System sub-assemblies. 3. To be considered for this requirement, respondents, regardless of current status on the QPD for the items associated with the T-11 Personnel Parachute System, are required to submit either two (2) complete T-11 QPL samples, or two of each part the respondent desires to be considered for in accordance with paragraph 3.2 Qualification Requirements in MIL-DTL-6645 and the instructions for QPL sample submissions in this RFI (see quote mark Instructions for Preparation of QPL Sample quote mark ) at the manufacturer's expense. Manufacturers who are currently in production or have in the past produced the MC-6 Personnel Parachute System or the T-11 Personnel Parachute System for PM SCIE contracts may request a waiver for T-11 system components and related material documentation. 4. Patterns required for the manufacture of the components are available in electronic format (CAD) and will be distributed to all respondents who have a signed Non-Disclosure Agreement (NDA) on file with the Contracting Officer. Requests for the CAD drawings may be submitted to Mr. G. Mark Whiteman at g.m.whiteman.civ@mail.mil. Non-Disclosure Agreements may be requested from Ms. Lisa Mardin at lisa.m.mardin.ctr@mail.mil 5. Respondents must submit their QPL sample IAW the Technical Data Package and the instructions attached herein. 6. The evaluation process of the QPL sample, documentation, and execution of a site inspection is forecasted to take up to 8 months per manufacturer. 7. Prospective Manufacturers should notify the primary POC listed below when they are prepared to ship the QPL samples and accompanying documentation. Manufacturers should also include the method of shipment and any relevant tracking information. This will aid in the receipt and processing of the QPL submission for evaluation. 8. Only manufacturers who are added to the Qualified Products List will be considered for award of future Government acquisitions of the T-11 Personnel Parachute System and/or T-11 Personnel Parachute System sub-assemblies. 9. Prospective manufacturers are allowed to submit QPL samples for evaluation at any time. QPL sample evaluations will occur on a first-delivered, first-served basis. Manufacturers seeking to be considered on the next T-11 Request For Proposal should submit their QPL samples by 1 November 2013. 10. The Government intends to recertify all manufacturers on the QPL for the T-11 Personnel Parachute Systems every two (2) years. 11. The Government is forecasting the award of a Multiple Award 5-year Indefinite Delivery - Indefinite Quantity Firm Fixed Price contract in 3QFY14, however that is subject to change. 12. The Point of Contact for questions concerning this RFI is Mr. G. Mark Whiteman (Email: g.m.whiteman.civ@mail.mil or FAX: 508-233-6350). INSTRUCTIONS FOR PREPARATION OF QPL SAMPLE SUBMISSION 1. Administrative Instructions. a. All samples and associated data delivered in response to this Market Research - Request For Information shall reflect the following on the address label: i. Market Research Number: W911QY-13-T11QPL b. The legend quote mark TO BE DELIVERED UNOPENED TO Tashfiq Salam quote mark i. The volume and copy number contained in each box ii. Company Name iii. Point(s) of contact (include telephone number & e-mail address) c. All submissions in response to this request should be sent to the below address: US ARMY Natick Soldier System Center PM SCIE Personnel Airdrop Systems Team ATTN: SFAE-SDR-SCIE, Tashfiq Salam Kansas Street, Natick, MA 01760-5011 d. Please do not submit a transmittal letter with your proposal. Such a letter is unnecessary and statements therein frequently create conflicts or ambiguities, raising the possibility that your QPL sample submission takes exception to the terms and conditions of the Market Research. 2. General Instructions: a. These instructions provide guidance to the Prospective manufacturer in preparing the samples and associated data and describe the approach for development and presentation of the data in response to this market survey. b. The samples and associated data shall include all of the information requested in these instructions. FAILURE TO FULLY COMPLY WITH THESE INSTRUCTIONS MAY BE CAUSE FOR REJECTION OF THE QPL SAMPLE. c. The Prospective manufacturer shall clearly describe how they intend to accomplish tasks associated with future production contracts of the T-11 Personnel Parachute System and/or T-11 Personnel Parachute System sub-assemblies. Mere acknowledgment or restatement of a requirement is not acceptable. d. The information in the QPL sample submission shall be presented in a clear, coherent and concise manner. Vague or terse statements such as quote mark will comply quote mark, quote mark noted and understood quote mark, etc. are not acceptable. The information provided shall be limited to the information that is necessary to convey a point and shall not be overly elaborate. e. Prospective manufacturers will be required to submit 2 complete T-11 Personnel Parachute Systems, or two of each part the respondent desires to be considered for, for examination and evaluation. Prospective manufacturers will also be required to submit samples of the raw materials and component parts, with all required documentation, for examination and evaluation. The specific details are addressed in paragraph 4, Special Instructions for the Preparation of the Physical Articles of the QPL Sample Submission of this document. f. The Acquisition Streamlining and Standardization Information System (ASSIST) shall be used to determine effective dates for specifications and standards listed therein, except where this market survey specifically identifies a listed specification or standard by title, number and date. (https://assist.daps.dla.mil/online/start/) and the attached Specification Conversion Table. 3. Special Instructions for the Preparation of the Administrative portion of the QPL Sample Submission: a. Format Instructions: i. Requested Information/Data shall be submitted in loose leaf, three-ring binders. ii. Prospective manufacturers shall submit one original, clearly marked as the original, and one copy. Each binder shall have a cover sheet marked with the title, Markey Survey identification, business size classification and Prospective manufacturer's name. Each page shall be stamped quote mark For Official Use Only quote mark and quote mark Competition Sensitive quote mark. iii. Shipping cartons shall be numbered and packaged in such a manner as to allow a complete inventory after opening without removing any binders or documents. iv. QPL submissions shall be physically delivered and received at the location specified in paragraph 1.b., Administrative Instructions. v. Volume Content: Technical and Management information shall be submitted in a single volume. This volume shall be a stand-alone document and shall clearly and completely describe the efforts of the Prospective manufacturer in support of future production contracts and shall not contain any price proposal information b. Page Limitations: The Technical and Management information volume shall consist of a maximum of 50 pages of which 25 pages (maximum) are dedicated to Technical and 25 pages (maximum) are dedicated to Management. c. Submission shall be limited to the number pages specified herein, inclusive of any drawings, charts, etc. Type shall be no smaller than a font size of ten and shall be single spaced or greater. Page size shall not exceed 8 X 11 inches. Fold out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 X 11 inch increments. The evaluators will read and evaluate only up to the maximum number of pages specified in the instructions above. d. Volume Content - The prospective manufacturer's submission shall include the following content for each volume: VOLUME I - AREA I - TECHNICAL: The technical information/data provided shall describe the prospective manufacturer's approach to meeting the requirements of this market research as shown below. FACTOR A - PRODUCTION CAPACITY - Production Capacity - Plant Surveys may be conducted at the Government's discretion prior to award of a contract. Potential manufacturers must describe how they meet the minimum requirements listed in MIL-DTL-6645, MIL-STD-849 and Department of Defense Standardization Document - 6 (SD-6). These documents can be found at http://assist.daps.dla.mil/quicksearch/ The Prospective manufacturer must also describe in detail the following: (1) Complete documentation that clearly identifies that the firm complies with the following (a simple restatement of the fact is not adequate): a. Their facility(ies) is(are) physically located within the borders of the United States of America, its possessions and territories. b. The prospective manufacturer fully understands and is compliant with 10 U.S.C. 2533a a.k.a. quote mark the Berry Amendment quote mark and Defense Federal Acquisition Regulation Supplement (DFARS) 225.7002. (http://www.acq.osd.mil/dpap/dars/dfars/doc/tocdoc.htm) i. Prospective manufacturers are responsible for verification of domestic sources of ALL materials. ii. Prospective manufacturers are responsible to flow down the requirements and assurance of compliance with the Berry Amendment to ALL subcontractors and suppliers. iii. The Berry Amendment and the Buy America Act are NOT one in the same. It is possible for a manufacturer, subcontractor, and/or supplier to be compliant with the Buy America Act and be Non-Compliant with the Berry Amendment. iv. The Berry Amendment also applies to Foreign Military Sales. (2) That the manufacturing plant/facility has the following resources necessary to produce the T-11 Personnel Parachute System or the respondent's considered sub-assemblies; a. Adequate Capacity b. Facilities c. Associated machinery including but not limited to cutting tables, sewing machines, inspection tables, inspection and testing equipment, and tools. (3) Production Rates; a. Maximum monthly production rate of the entire facility b. Maximum monthly production rate of T-11 Personnel Parachute Systems or considered sub-assemblies. c. Time required to achieve the maximum output (4) A description of the heating/cooling systems to adequately maintain a range of temperatures between 60 and 90 degrees Fahrenheit (F). (5) A description of how the floor of the production area is constructed to prevent textile materials from snagging and/or ripping. (Note: Typical floors are made of: wood and sealed with a smooth finish, concrete floated to a smooth finish and sealed or industrial carpet) (6) A description of where textile materials are stored and that they are in a dry climate controlled area that does not exceed 90 degrees F and shall not be stored any closer than 6 feet from any heating unit. (7) A diagram/description of how the production facilities are laid out. Sewing machine maintenance shall be conducted in an area separate from the production area; shipping and receiving areas shall be separate from the production floor; machine facilities shall be adequately partitioned from the textiles production area; training facilities that are on site and how they are separated from the production floor. FACTOR B - SUBCONTRACTORS & SUPPLIERS - Prospective manufacturers shall: (1) Identify their major subcontractors and suppliers (2) How quality assurance requirements will flow down to subcontractors and suppliers. (3) Explain how they will ensure that ALL their current and future subcontractors and suppliers are fully cognizant and compliant with the Berry Amendment (10 U.S.C. 2533a) and DFARS 225.7002 (Restrictions on {foreign acquisition of} food, clothing, fabrics, specialty metals, and hand or measuring tools). The Berry Amendment also applies to Foreign Military Sales. (4) How they will maintain records of the assemblies and/or parts produced by the subcontractor(s) as well as maintaining all relevant material records associated with the manufacture of the subcontracted items. AREA II - MANAGEMENT: The Management portion shall describe the prospective manufacturer's approach to meeting the Quality Assurance and Schedule requirements of future solicitations and shall describe the qualifications of the personnel proposed to perform the tasks required by any future solicitations. FACTOR A - QUALITY ASSURANCE - Prospective manufacturers shall describe their approach to quality assurance from incoming material compliance to final inspection and item acceptance testing and to include their status with regard to ISO 9001:2000 or higher compliance. Sampling and acceptance for inspection shall be conducted IAW ANZI/ASQ Z1.4 with an inspection level of S-2 and an AQL of 1,5. Responses shall include the Quality Assurance plan that is in place (International Organization for Standardization (ISO) Certifications or other quality plans), how the plan is implemented throughout the organization and how those plans address the following: (1) Management review of the system a. Guidelines b. Frequency c. Agenda d. Input and Output requirements e. Provide examples of Management Review Meeting Minutes, Action Items and Verification of Action Completion (2) Corrective Action a. Guidelines b. Implementation c. Validation (3) Document and Data Control a. Guidelines i. Frequency of review b. Quality Manual c. Quality Procedures d. Work Instructions e. Forms and Data f. Provide examples of Controlled Documents and Records Log (4) Internal Audit a. Guidelines for internal audits b. Guidelines for internal auditors c. Audit plan (frequency and content) d. Provide examples of Internal Audits, their results and Corrective Actions from the last two year period (5) Employee Training a. Training requirements for each job description b. Record requirements for employee training c. Responsible entity for control of employee records d. Provide examples of employee training records (6) Inspections a. Guidelines b. In-process Inspections c. Inspection of Component Parts d. Final Inspections e. Testing / Validation Methods - Prospective manufacturers are to explain internal testing and validation methods, including, but not limited to methodologies, requirements, test equipment and facilities (7) Process Improvement Methodologies a. Identification of opportunities b. Evaluation of opportunities c. Implementing solutions d. Evaluation of effectiveness e. Provide examples of Corrective Actions, Preventive Actions and Continuous Improvement Issues and their resolution from the last two year period (8) Control of Supplies and Suppliers a. Use of approved sources of supply b. A rating system for suppliers c. Guidelines for supplier qualification / de-qualification d. Supplier oversight plan (9) Material Controls a. Inventory Control b. Control and Disposition of Non-Conforming Material c. Traceability i. Production ii. Material iii. Operator d. Guidelines for notifying customer of materials issues (10) Notification of Changes - guidelines for notification to the Government with regards to changes in design, material, manufacturing processes (including quality assurance), and changes in plant location. Guidelines shall include an explanation of how the manufacturer determines the impact of any changes to the product (11) Product Acceptance-Rejection Criteria (ref: MIL-STD-849) (12) Calibration Plan & Policy of all Test, Measurement, and Diagnostic Equipment used in the direct or indirect manufacture of parachute assemblies. (13) Process Control Methodology - Prospective manufacturers will explain their existing quality systems and any other systems they have in place to ensure a quality product is produced. Examples include, but are not limited to, LEAN, Six Sigma, and Statistical Process Controls (SPC). (14) Any other documented evidence that proves the quality system is active and improving. These documents will be reviewed to determine their completeness, validity, detail, compliance to a recognized quality standard and the continuous improvement activities of the manufacturer. Only manufacturers that submit quantifiable documented evidence of an on-going quality management system will be credited with having an active and improving system. Manufacturers that only submit a copy of their quality manual and/or third party registration certificate without back up documentation will be rated as not having an on-going quality process. The Government reserves the right to visit the manufacturer's facilities to verify any submitted documentation. FACTOR B - SCHEDULE - Prospective manufacturers shall identify and provide a timeline for all required events that need to be scheduled to meet the requirements of a full rate production contract. At a minimum, schedule shall identify the following critical paths/major milestones. (1) Pre-Production Activities in support of a production contract/delivery orders to include ordering of materials, tooling, receipt of materials (2) Ramp-up time to production quantities (3) Production capability at full rate production stage FACTOR C - KEY PERSONNEL - The Prospective manufacturer shall: (1) Identify the key personnel who will be involved with all efforts described in the Technical and Management Areas. (2) Describe the qualification of the key personnel who will be involved with all efforts described in the Technical and Management Areas. (3) Provide an organizational chart accurately depicting the structure of the business. The chart shall include the names and titles of all key management personnel including but not limited to; President, Vice-Presidents, QA Managers, Purchasing Agents, Shop Operations, and Human Resources. This chart is to be used by the Government for record keeping purposes. (4) Special Instructions for the Preparation of the Physical Articles of the QPL Sample Submission: a. Guidelines in Support of the T-11 Personnel Parachute Systems Qualified Products List (QPL): Manufacturers are encouraged to obtain all references which can be found and downloaded from the following website free of charge: https://assist.daps.dla.mil/quicksearch/ The SD-6 covers the QPL in general and MIL-DTL-6645 provides specific QPL submission guidelines as well as manufacturing requirements. MIL-DTL-7567 also covers specific manufacturing requirements for personnel parachutes. SD-6 01 FEB 09 Provisions Governing Qualification MIL-DTL-6645J 31 AUG 01 Parachutes, Personnel, General Specification for MIL-DTL-7567C 30 OCT 02 Parachutes, Personnel, Detail Manufacturing Instructions MIL-STD-129P (4) 19 SEP 07 DoD Standard Practice, Military Marking for Shipment and Storage MIL-STD-130N 12 DEC 07 DoD Standard Practice, Identification Marking of U.S. Military Property b. Prospective manufacturers will be required to build two samples of each item In Accordance With (IAW) the Technical Data Package (TDP) T-11 Personnel Parachute System, NSN: 1670-01-527-7537, associated drawings, patterns, specifications, and standards. Or the prospective manufacturer will be required to build two samples for each component they wish to be considered for. A portion of the tests will be destructive in nature and the samples will not be returned to the manufacturer. c. The manufacturer is required to submit their samples along with ALL of the following items listed below to the point of contact identified in 1.b of this document: i. A copy of the request for qualification, and a copy of the data package obtained from SFAE-SDR-SCIE. ii. A list of all authorized deviations to the part number (see paragraph d. below). iii. The samples of materials as specified in MIL-DTL-6645J, paragraph 3.2.3. iv. Test reports and certifications for all materials used in the QPL sample. Reference applicable hardware and textile specification, standards and drawings for certification requirements. v. QPL sample test report. The test report consists of the results of recorded dimensional measurements and the results and/or certifications of any proof load testing on the parachute assemblies. Any format is acceptable including drawings marked up showing the results of the recorded dimensions. d. Exceptions to MIL-DTL-6645J for qualification requirements: i. Paragraph, 3.2.8, Contractors shall allow the qualifying activity 8 months instead of 6 months to complete qualification examination and notify with results. ii. Paragraph 3.3.2, due to supply, materials may be hard to obtain for the 3.5 year restriction and color requirements. Individual deviation requirements to the data package, including Certificate of Compliances, may be offered to the applicant on a case by case basis. Obtain any deviations in writing from the point of contact and submit them with the sample (see paragraph 1.a of this document). OD, OG, CG-483 and FG-504 colors may be interchanged without prior authorization as long as the documentation is noted as such. e. The Government will: i. Examine the QPL submissions and the associated data and notify manufacturer of the results of the inspection within 240 days after submittal. At present there is no charge for qualification testing but is subject to change without notice. Successful completion of the QPL Inspection will allow the manufacturer to be considered for award of future production contracts for the T-11 Personnel Parachute System and/or T-11 Personnel Parachute System sub-assemblies for a two year period, at which time the manufacturer will be re-qualified. The Air Force will send out a formal notification letter to the manufacturer and update the Air Force QPL standardization document. ii. Execute a ripcord pull test. A ripcord pull test shall be performed on the T-11 Reserve Sub-assembly in accordance with MIL-DTL-6645J paragraph 4.7.2.1 by the government inspector following established procedures in Technical Manual 10-1670-327-23&P. The pull force shall be 14 lbs min and 27 lbs max. f. The QPL sample, materials and all documentation once submitted and at the discretion of this office, may not be returned to the applicant and becomes the property of the Government. g. Before the QPL sample is examined, and at the option of the contractor, an onsite visit may be planned so clarifications to the data package or general questions may be addressed. Clarifications to the TDP may be requested at any time during the qualification without the need of an onsite visit. h. Per MIL-DTL-6645J, paragraph 3.2.6, a plant survey may be required at any time during the qualification process. The survey is designed to inform the government as to the manufacturing capability of the applicant. The survey is done at the plant and typically takes 4-6 hours to complete. ISO certificates and other surveys are not substitutes for this survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f15d51ef9c1d56feee285c541bdfc3d)
 
Place of Performance
Address: US Army Natick Soldier System Center PM SCIE Personnel Airdrop Systems Team, ATTN: SFAE-SDR-SCIE, Tashfiq Salam, 7 Kansas St. Natick MA Natick MA
Zip Code: 01760-5011
 
Record
SN03186300-W 20130914/130913000148-3f15d51ef9c1d56feee285c541bdfc3d (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.