Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1996 PSA#1517

U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN AMSSC-AD, NATICK MA 01760-5011

A -- MODULAR BODY ARMOR/MODULAR LOAD BEARING SYSTEM SOL DAAK60-96-U-0010 DUE 020996 POC Contract Specialist JUDITH L. UTHOFF FAX: (508) 233-4337 (Site Code DAAK60) The US Army Solider Systems Command (Natick Research, Development, and Engineering Center(Natick)) is preparing a list of firms with the interest and capabilities necessary for the design, development, functional integration and limited production of both the Modular Body Armor(MBA) and Modular Load-bearing System (MLS). The MBA will provide small arms, flechette, and fragmentation multiple threat protection. Its modular design will enable individuals to remove the front and back small arms protective inserts in the event small arms/flechettes are not a threat. The modular design will also allow for component upgrades as technology progresses, such as lightweight small arms protective inserts, or improved soft ballistic fabrics with superior ballistic performance. To ensure compatiblity with load carrying capability, the MBA will be developed concurrently with the MLS. The MLS will also be mission tailorable, rapidly re-configurable, and will enable the soldier to accommodate unique loads, such as those of radio operators, SAW gunners and Grenadiers. Both the MLS and MBA will be functionally compatible with one another and will be compatible with currently fielded equipment. The Government anticipates a Cost-Plus-Fixed-Fee (CPFF) contract for the design and development phases, with Firm-Fixed-Price (FFP) contract option for the pre- production/validation and initial (limited) production options. The selection process will be based on technical/functional performance and ''Best Value'' considerations. Up to three (3) contractors may initially be selected. Future firm fixed price contracts may be awarded based on cost and ''best value'' considerations. The government reserves the right to obtain rights in data and computer software for any design or design component to satisfy subsequent acquisitions. Contractors handling the MBA portion of the contract will be required to have or obtain, and maintain, a DoD Facility Security Clearance (FSC) and Personnel Security Clearances (PSC). Natick will issue a draft Request for Proposal and conduct a pre-proposal conference to discuss this effort and any industry questions, recommendations or concerns. Foreign nationals wishing to attend the pre-proposal conference are reminded that they must process a request for Visit Authorization through the appropriate channels. The pre-proposal conference is tentatively scheduled for the late March- April time frame. The date, time and exact location (Bldg and Room #) at the Soldier Systems Command for the pre-proposal conference will be announced in the draft Request for Proposals. Interested firms must submit all information detailed in CBD Note 25 within 15 days of publication of this notice. Information shall be pertinent and specific to the technological areas and should include (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts; (2) Personnel: names, professional qualifications and specific experience of scientists, engineers and technical personnel who may be assigned as principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities that could be utilized in performance of this project: (4): any other specific and pertinent information relative to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Information on previous related experience, personnel resumes, list of facilities, and any other specific information the firm believes demonstrates its ability to perform the proposed work, and whether or not they are a small business, women owned or socially and economically disadvantaged. Please provide your primary standard industrial code. Please submit requested information to US Army Soldier Systems Command, Acquisition Directorate, ATTN: Judith L. Uthoff, Contracting Officer, AMSSC-ADC, Kansas Street, Natick, MA 01760-5011. No phone calls please. Information may be datafaxed to (508)233-5286. This is not a request for proposals. Advance reference No. DAAK60-96-U-00100*. No solicitation(0023)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960124\A-0013.SOL)


A - Research and Development Index Page