|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD,
NATICK, MA 01760-5011 84 -- REQUEST FOR PROPOSALS FOR MARINE CORPS TACTICAL BODY ARMOR
(INTERCEPTOR) SOL W13G07-8075-6002 POC Contract Specialist AUDRA N
EARLE, Fax: (508) 233-5286 email: "aearle@natick-amed02.army.mil" (Site
Code DAAN02) The U.S. Army Soldier Systems Command (SSCOM), and the
U.S. Army Natick Research, Development, and Engineering Center has a
requirement for the production of Marine Corps Tactical Body Armor
(INTERCEPTOR), which consists of an Outer Tactical Vest and Small Arms
Protective Insert. The Government anticipates an Indefinite
Delivery/Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contract
with one base year and five optional ordering periods each 12 months in
duration. Although the Government anticipates award of one system
contract, it reserves the right to award multiple contracts based on
components. The following minimum/maximum quantities for the Outer
Tactical Vest shall apply to the proposed contract: Base Year 50/3500;
First Ordering Period 25,000/64,000; Second Ordering Period
15,000/48,200; Third Ordering Period 15,000/52,200; Fourth Ordering
Period 15,000/56,250; and Fifth Ordering Period 2,500/29,750. The
following minimum/maximum quantities for the Small Arms Protective
Insert (each) shall apply to the proposed contract: Base Year
50/14,000; First Ordering Period 12,500/29,000; Second Ordering Period
12,500/33,500; Third Ordering Period 12,500/36,500; Fourth Ordering
Period 12,500/46,000; and Fifth Ordering Period 10,000/26,600. Mock-up
plate quantities (each) for the base year and the five optional
ordering periods are zero, as a minimum, and 5,400 as a maximum per
ordering period. Spares for the INTERCEPTOR will also be required under
this contract from zero as a minimum up to the following maximum
quantities per subCLIN per ordering period: Base Year 25; First,
Second, and Third Ordering Periods 5,000; Fourth and Fifth Ordering
Periods 10,000. As part of the proposed contract, the Government will
include an option for manufacturing technology insertion at Government
expense. The terms and conditions of this option will be negotiated on
a sole source basis with the successful offeror after contract award.
All offerors are required to have, or have the ability to obtain, a DOD
Facility SecurityClearance (FSC) at the Secret level. The Formal
Request for Proposal (RFP) DAAN02-98-R-2013 will be available on or
about April 9, 1998, at the following world wide web address:
"http://www-sscom.army.mil/acquisition/index.html." Proposals will be
due within 30 days of issuance of the formal RFP on the world wide web.
Point of contact is Audra Earle at (508) 233-5917, via facsimile at
(508) 233-5286/6295 or via email at "aearle@natick-amed02.army.mil."
(0085) Loren Data Corp. http://www.ld.com (SYN# 0281 19980330\84-0002.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|