Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
SOLICITATION NOTICE

84 -- SPEAR Family of Tactical Headborne Systems Coxswain Helmet System - Attachments - DRAFT RFP

Notice Date
5/12/2017
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-17-R-0027
 
Point of Contact
Kelly L. McNeill, , Laura Fuller,
 
E-Mail Address
kelly.mcneill@socom.mil, laura.fuller@socom.mil
(kelly.mcneill@socom.mil, laura.fuller@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT RFP Attachment 05 Price Matrix Exhibit A CDRLs Synopsis: SPEAR Family of Tactical Headborne Systems - Coxswain Helmet System The United States Special Operations Command (USSOCOM) has a requirement for a multi-year contract to procure Special Operations Forces Personal Equipment Advanced Requirements (SPEAR) Family of Tactical Headborne Systems (FTHS)-Coxswain Helmet System. The coxswain helmet system will consist of a non-ballistic helmet system with modular accessories. The modular accessories will consist of a visor, ballistic mandible, non-ballistic (i.e. impact) mandible, and two piece ballistic applique. The government intends to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) production contract for a fully developed item to the offeror with the best value to the Government. This is not a R&D contract; the offeror must be the Original Equipment Manufacturer (OEM) and have an existing U.S. verifiable production line for any product proposed under this solicitation. The coxswain helmet system and modular accessories must meet the performance requirements as outlined in the Performance Specification and meet the requirements set forth in the Berry Amendment. The North American Industry Classification System (NAICS) Code for this procurement is 339999. The acquisition will utilize full and open competition. The draft solicitation is being released with this synopsis and the final solicitation is also expected to be released in June 2017. The minimum contract value will be $150K and the maximum contract value will be $95M. The minimum and the maximum value may be any combination of the helmets and helmet accessories identified by the Government. Proposals shall be prepared in accordance with the mandatory, explicit, and detailed instructions contained in the RFP. Proposals will be evaluated and award made in accordance with the evaluation criteria in the RFP. Offerors will be required to submit Production Demonstration Models (PDMs) with proposal submission for evaluation. In addition, the Government may procure additional PDMs for testing purposes as part of this solicitation. These PDMs will be purchased from only those vendors remaining in the competitive range. A Notice of Intent to submit a proposal will be required by all participating offerors in accordance with the solicitation instructions. Only those offerors who submit a Notice of Intent will receive the performance specification and may submit a proposal which may be considered by the agency. In addition, only those offers with a U.S. verifiable production line that are the Original Equipment Manufacturer (OEM) shall be considered by the agency. The Government point of contact for this effort is Kelly McNeill at kelly.mcneill@socom.mil and Laura Fuller at laura.fuller@socom.mil. Offerors must be registered in the System For Award Management (SAM) to be eligible for award. Information on SAM may be obtained at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-17-R-0027/listing.html)
 
Record
SN04506881-W 20170514/170512234944-30364bd737fcc06821756732cba9a502 (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.