Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2020 SAM #6922
SOURCES SOUGHT

84 -- Next Generation Integrated Helmet Protection System-Mandible and Visor Components

Notice Date
11/9/2020 11:41:57 AM
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-NG-IHPS-MandibleandVisorComponents
 
Response Due
11/24/2020 9:00:00 AM
 
Archive Date
12/09/2020
 
Point of Contact
Marianne Velez, Phone: 4102785433
 
E-Mail Address
marianne.e.velez.civ@mail.mil
(marianne.e.velez.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION PEO Soldier Soldier Survivability (SSV) Soldier Protective Equipment (SPE) Next Generation - Integrated Head Protection System (NG-IHPS) Mandible and Visor Components 1.0 Description 1.1 Product Manager, Soldier Protective Equipment (PdM SPE) is seeking information for a potential new contract to manufacture the mandible and/or visor components for the NG IHPS. 1.2 This Request for Information (RFI) is solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government is currently planning future efforts for the NG IHPS components; however, solicitations are not available at this time and any requests for a solicitation will not receive a response. This notice does not constitute a commitment by the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government will allow vendors who do not respond to this RFI to participate in any future RFP issued for these components. If the Government releases a solicitation, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this request. 1.3 The purpose of this RFI is to identify and determine capabilities in the existing marketplace, as well as understand the level of interest of potential sources in future solicitations that the Government may release for this effort. An affirmative statement must be included in any response provided to the Government regarding the respondent�s intention to participate in any future solicitations either as a prime contractor or supplier for the NG IHPS components. The Government is requesting White Papers solely for internal Government purposes and to further develop or refine Statement of Work (SOW) requirements. The Government will not use the White Papers received as a basis for making any future award determinations. The Government will take appropriate measures in the management of the information received in response to this RFI and will store the documentation in accordance with Government standards to prevent the dissemination of any sensitive information to the public. 1.4 This RFI is collecting information from vendors to determine the readiness, capability, and timeframe of interested component manufacturers and their intentions to participate in a potential competitive acquisition for the NG IHPS mandible and/or visor components. Minimum estimated quantity is 35,000 each, for the mandible and visor. All deliveries are to be completed within 48 months of contract award. 2.0 Technical Requirements 2.1 Purchase Descriptions (PDs). The NG IHPS mandible and/or visor components shall meet all of the requirements in the following PDs. - AR/PD 17-04: IHPS Mandible w/Amendment 1, 10 AUG 2020 - AR/PD 17-05: IHPS Visor w/Amendment 2, 15 OCT 2020 These documents cover the ballistic and non-ballistic performance and verification requirements for the IHPS and NG IHPS mandible and visor components. Interested parties may request copies of the PDs from the contracting office and receive copies electronically upon verification of a SAM account. 3.0 Responses 3.1 Interested parties shall respond to this RFI with a White Paper. 3.2 White papers in Microsoft Word for Office 2013 compatible format or Adobe Portable Document Format (pdf) are due no later than 15 calendar days after the posting of this RFI. Responses shall be limited to 30 pages and submitted via e-mail only. Submit responses to Contract Specialist, Marianne Velez at marianne.e.velez.civ @mail.mil. Vendor�s will minimize proprietary information contained in responses and clearly mark any proprietary information included in their response. To aid the Government, vendors will segregate proprietary information. All submissions become Government property and will not be returned. 3.2.1 Technical Points of Contact: - Kyle H. Miller, Head Protection APM, kyle.h.miller.civ@mail.mil, (703) 704-4388 - Rob Weinhold, Acquisition Specialist, robert.l.weinhold.ctr@mail.mil, (703) 704-2874 - Alex de Groot, Lead Engineer, alex.l.degroot.civ@mail.mil, (703) 704-3309 3.3. The White Paper submission must address the requirements in Section 2 and include the following information: 3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 3.3.2. For informational purposes, the type of contract vehicle selected for the mandible and visor procurement will be firm fixed price to a single awardee. 3.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) Code 315990 Apparel Accessories and Other Apparel Manufacturing. ""Small business concern"" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in Code of Federal Regulations (CFR) 13 CFR part 121, Small Business Size Regulations. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 500 employees. The Government cautions responders that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19, Small Business Programs, for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 3.3.4. Facility security clearance of the offeror. Offerors will include the level of their facility security clearance in the response. Required facility security clearance of the offeror is secret. 3.4. Additional Required Information. 3.4.1 The delivery requirements for the NG IHPS mandible and visor components are very challenging and will include specific quantities in a timeframe that will support Soldier and unit deployments. Respondents must address monthly and annual production capabilities in order for the Government to assess the ability to meet current and planned future deployment schedules. 3.4.2 Army requirements for deploying units will most likely change and will vary in both the near and long term. Responses to this RFI must address, in detail, the respondent�s capabilities to establish and maintain a production capacity that can meet critical delivery requirements, including providing all supplier materials on time and in quantities that will support the NG IHPS component deliveries. 3.4.3 Assuming a solicitation is released today for the NG IHPS mandible and visor acquisition: 1. When (what date) will you have mandible and/or visor tooling in place? 2. When will you have internal testing completed? 3. When will you have a final design and testing completed to submit design and test data to the Government in response to a future request for proposal? 4. How many days after contract award will it take you to present FAT samples to DCMA? (Assure FAT priorities are as described in AR/PD 17-04, Mandible with Amendment 1 10 AUG 2020 and AR/PD 17-05 with Amendment 2, 15 OCT 2020. 5. What is your monthly minimum sustainable production rate? 6. What is your maximum monthly production rate? 7. Would you submit a proposal for just the visor or mandible or both? 8. If you would submit a proposal for just the visor or mandible, which one would you submit? 4.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to collect information and identify sources that can meet all of the requirements for a combat helmet and components, as described in the respective PDs. The information provided in this RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed in this RFI. Vendors should not construe the Government�s release of this RFI as a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions immediately become property of the Government and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f844fa6468241c2b1ef4393f1363d6d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05849777-F 20201111/201109230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.