|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD, NATICK
MA 01760-5011 84 -- GLOVE INSERTS, IMPROVED (US MARINE CORPS) SOL w13g07-8180-6001
POC Contract Specialist -- Jeff Baldwin E-mail:
jbaldwin@natick-amed02.army.mil (Site Code DAAN02) U.S. MARINE CORPS
(USMC) IMPROVED GLOVE INSERTS -- This is a combined synopsis and
solicitation for commercial items prepared in accordance with the
format in Subpart 12.6 and 13.1, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation for the subject items; offers are hereby formally
being requested and a written solicitation will not be issued. The
Request for Proposal (RFP) number is DAAN02-98-R-2030. This document
incorporated provisions and clauses in effect through Federal
Acquisition Circular 97-06. This requirement is one hundred percent set
aside for small business. The Standard Industrial Classification (SIC)
Code for this procurement is 2389 and the small business standard is
500 employees. CLIN 0001 -- 1,250 pairs (will be ordered at contract
award), CLIN 0002 -- 10,000-150,000 (1st option year), CLIN 0003 --
10,000-150,000 (2nd option year), CLIN 0004 -- 10,000-150,000 (3rd
option year), and CLIN 0005 -- 10,000-150,000 (4th option year). The
ordering periods for the options (CLINs 0002-0005) shall be 12 months
each. CLIN 0001 -- Medium weight glove insert (Manzella Productions
Model TS-40, OR EQUAL). Color: Olive Drab Green 483. Estimated required
quantity: 1,250 pairs in the base ordering period, and four option
years with a minimum quantity of 10,000 and a maximum of 150,000 pairs
each. The U.S. Army Soldier Systems Command (SSCOM), on behalf of the
USMC, anticipates the award an Indefinite Delivery Indefinite Quantity
(IDIQ) contract for the Improved Glove Inserts as a result of this RFP.
All units required in the first delivery order, approximately 1,250
pairs, shall be delivered within seventy (70) days after issue of that
delivery order. Additional units, if any are ordered, shall be
delivered at a rate of not less than 10,000 and not more than 30,000
units per month, starting one month after exercise of the option and
issue of the delivery order. All deliveries under all delivery orders
shall be completed no later than 30 March 2003. This represents the
period of performance for the contract. Except for the initial order of
1,250 pairs, all following orders may only be placed in minimum
quantities of 10,000 pairs. Each delivery period shall be no more than
12 months in duration from date of the order. Offerors shall propose
the delivery period and unit prices for the following step ladder
quantities -- 10,000 units; 10,001 to 29,999 units; 30,000 to 49,999
units; 50,000 to 99,999 units; and 100,000 to 150,000 units. All
deliveries shall be F.O.B. destination; shipping costs will be borne by
the contractor. Inspection and acceptance shall be at Destination by
the cognizant receiving authority. The contractor shall assume that
shipping destinations (and approximate percentages) will include Camp
Lejeune, NC (35); Camp Pendleton, CA (40); Okinawa, Japan (15), Hawaii
(10) and possibly other CONUS destinations. A small portion of these
items may be required for delivery to other OCONUS destinations. As
indicated above this is a brand name OR EQUAL requirement. This does
not mean that the Government intends to award the contract to the
company named, but rather that the Government recognizes the
characteristics of the specified item offered by the company are the
characteristics consistent with those required by the Government. As a
result, indicating that we require a particular product OR EQUAL
provides a solid basis against which offerors can measure their current
products, or develop new ones. With this said, the Improved Glove
Inserts shall be Manzella TS-40 Medium weight OR EQUAL with the
following salient characteristics: optimum balance of these fabric
characteristics (moisture wicking ability, warmth, durability, quick
drying time, comfort, breathability, and elasticity), construction
which maximizes protection from cold weather, and offers superior
comfort in terms of softness and ability to dry quickly during highly
active levels of use. Grip enhancement shall be provided on palm and
finger front surfaces. There shall be no melt-through to the interior
surface facing the skin when subjected to a 10 second exposure against
a hot surface at .5 psi contact, temp of 500 plus or minus 5 degrees
F, using apparatus described in ASTM F 1060 Thermal Protective
Performance of Materials for Protective Clothing. The Improved Glove
Inserts shall have a cuff length of 4 inches (plus or minus 1/4 inch).
The Improved Glove Insert shall adequately fit 90 percent of the USMC
initially and after 5 home launderings (machine wash: delicate knit
cycle 80 degrees F, and dry delicate cycle). Five sizes are desired.
Bare hand dimensions (length and circumference) are available upon
request for sizing guidance. The Glove Inserts shall be constructed to
prevent runs, snags, and abrasion wear-out especially at the
fingertip, thumb-tip, and at the base of the fingers and thumbs.
Innovative approaches for reinforcing these wear-out areas are desired
for slight commercial modification and are encouraged for submission
along with Technical Proposal requirements. Thickness of the Improved
Glove Inserts shall be between 0.18 to 0.19 inches per pair using a 1
inch presser foot at 0.6 psi as described in ASTM D 1777 Measuring
Thickness of Textile Materials. Drying time shall not exceed 8 hours
when tested in acccordance with FTMS 191 A, Method 5502 with the
following modifications: Prior to initial weighing, the glove inserts
shall be conditioned for 24 hours at 70 plus or minus 2 degrees F, 50
plus or minus 2 percent relative humidity. The entire glove insert
shall be weighed, immersed in distilled water for twenty minutes,
removed from water and hung vertically for 5 minutes, then placed
horizontally between two pieces of white AATCC textile blotting paper,
and covered with a glass plate under 10 pounds of pressure for twenty
minutes. After blotting, the specimen shall be weighed and the value
compared to its original weight. The specimen shall then be hung in a
70 plus or minus 2 degrees F, 50 plus or minus 2 percent relative
humidity and the time required to return to within 1 percent of the
original dry weight shall be measured. The dyed Improved Glove Insert
shall show fastness after 3 launderings and perspiration equal to or
better than a 3-4 rating on AATCC Gray Scale for Color Change and
Staining when tested in accordance to AATCC-61 (TEST 1A) and AATCC-15
respectively. The Government may, or may not, conduct this test as part
of the evaluation of offers. Offerors shall provide a signed proposal
to include: (1) one Glove insert sample in each size of the item
proposed (exact color not required), (2) offered prices of the unit, in
step ladder quantity and increments (1,250 pair for the first order),
and the total quantity price (3) description of the proposed fabric
content and construction, (4) any performance data supporting the above
salient characteristic requirements, (5) description of the offeror's
approach to meeting the USMC's delivery schedule including information
on facility/production capability (6) a sample piece of
cloth/yarn/paper of the color that the offeror's production glove
inserts will be produced from, and (7) description of past performance
under contracts for same or similar products, (8) quality assurance
inspection plan they intend to use throughout this contract, (9)
repairs and replacement procedures, (10) and warranty commitment.
Failure to submit any of this required information may result in
rejection of the offeror's entire proposal as non-responsive. The
offeror's proposals shall be evaluated with respect to (in descending
order of importance) -- Technical and Cost (both having equal weight),
Management, and Past Performance. Technical will evaluated through
examination of the samples' (glove insert and color swatch) compliance
with the aforementioned performance requirements as well as written
information provided by the contractor. This will also entail the
review of existing documentation on the textile properties of the
materials proposed, lab tests of the submitted samples (if deemed
necessary), and/oruser feedback. Management will be evaluated by
examining the offeror's approach to meeting the required delivery
schedule, the offeror's quality assurance plan, and the offeror's
repair and replacement (warranty) commitment and procedures. Past
performance shall be evaluated through the review of information
provided by the contractor and other past performance information that
might be available to the Government from other sources. The resulting
contract will be awarded based on a best value basis; the Government
reserves the right to award a contract to other than the lowest priced
offeror if the other parts of that offeror's proposal warrant it. In
addition to the proposal information above, offerors must provide a
completed copy of the provision at FAR 52.213-3 with their offer. The
FAR clauses at 52.212-4, 52.212-5 (the following clauses thereunder are
applicable: 1,3 and 5-9), 52.216-18, 52.216-19, 52.216-22, 52.217-9,
52.222-24, 52.233-1, 52.247-34, and DFARS 252.205-7000, 252.206-7000,
252.211-7003,252.212-7001, 252.225-7012, 252.227-7015, 252.243-7002,
and 252.247-7024 apply to this acquisition. All comments and questions
regarding this announcement/RFP must be provided in writing (i.e.
letter, facsimile, or E-mail) to the acquisition directorate, SSCOM, no
later than 24 August 1998. No telephonic responses will be accepted.
Comments and questions provided after this date will not be considered.
All proposals are due by 2:00PM on 14 September 1998, at: U.S. Army
Soldier Systems Command, Attn: AMSSC-AD (Baldwin), Kansas Street,
Natick, MA 01760-5011. The point of contact for this solicitation is
Jeffrey M. Baldwin, at telephone (508) 233-5920 or facsimile (508)
233-5286. Only offers for Improved Glove Inserts produced domestically
will be considered. The Government reserves the right to award
multiple contracts if, at the time of proposal evaluation, it is
determined to be in the Government's best interest. In no event will
more than two (2) contracts be awarded. If more than one contract is
awarded, the Government will divide all orders equally between the two
contractors. However, should either of the contractors prove unable to
deliver quality products in accordance with the required delivery
schedules, or if the quantities required are so low that multiple
orders do not make any sense, the Government reserves the right to
issue an order to only one of the contractors. Posted 08/13/98
(I-SN236727). (0225) Loren Data Corp. http://www.ld.com (SYN# 0486 19980817\84-0001.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|