Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

84 -- PASSENGER ANTI-EXPOSURE SURVIVAL SUITS SOL N00421-99-R-1593 DUE 061599 POC Michelle Plank, Contract Specialist, fax (301) 757-8959, Maryellen Lyons, Contracting Officer WEB: click here to see the purchase description, http://www.navair.navy.mil/air/20/air214/index.cfm. E-MAIL: click here to contact the contract specialist, PlankME@navair.navy.mil. The Naval Air Warfare Center, Aircraft Division (NAWCAD), Patuxent River, MD has a requirement for initial outfitting quantities of non-developmental, passenger anti-exposure survival systems. The purpose of this announcement is to apprise potential qualified vendors that in June 1999, the Navy will release a request for proposal (RFP) for passenger anti-exposure survival systems. The US Navy requires an easily donned, reusable anti-exposure protection system for passengers that will prolong survival time in cold water so as to increase chances of a successful rescue. A total of approximately 2310 production systems are required. The estimated delivery schedule for first articles is 15 days after contract award. The required delivery schedule is approximately 165 units/month following first article approval. The PAESS Program minimum requirements for a passenger survival system are as follows (*asterisks represent key performance parameters): *a. Thermal protection level: Maintain body core temperature of 95 deg F for a threshold of one hour and an objective of two hours in Water Temperature 45.7 deg F (7.61 deg C), Air Temperature 39.731 deg F (4.295 deg C), Wind Speed 18 knots, and Sea State Beaufort Scale 4. b. Must provide head and hand protection. c. Must be capable of continuous wear with relative comfort in an aircraft cabin environment between 40 deg F (4.4 deg C) and 75 deg F (24 deg C) for a (Threshold) two hour duration and (Objective) four hours. d. Must be flexible enough to allow sufficient arm, leg, head, and body movement to perform emergency egress and survival tasks (raft boarding, limited swimming, and use of survival aids). *e. Must be easily donned and removed within 3 minutes (Objective) or no more than 5 minutes (Threshold). f. Must be highly visible in a way that contributes to search and rescue efforts. *g. Must allow for unassisted underwater egress in a ditching situation. Acceptable buoyancy to be determined by 9D5 and other testing. h. Must be compatible with helicopter and fixed wing seat restraint systems. *i. (Threshold) 2 sizes fits most, (Objective) 1 size fits most. j. Must be compatible with the standard cranial helmet and personal floatation devices worn by passengers in COD or VOD aircraft. k. Must not hinder face-up flotation. (Threshold) with standard cranial and life preserver, (objective) promote face up. l. Must be tear resistant. m. Must have a minimum shelf life of seven years. *n. Must be capable of visual inspection aboard ship, and routine repairs at shore facility (Threshold) and shipboard (Objective). o. Must demonstrate a service life of (Threshold) 4 years, (Objective) 6 years. p. Secondary desired characteristics/capabilities are as follows: (1) A means for attachment/securing head and hand protection is required. (2) Maximum stowage volume is (Threshold) eight suits per parachute kit bag, and (Objective) ten suits per parachute kit bag (a parachute kit bag is approximately 20" h x 20" w x 11"d). Estimated Procurement Schedule FISCAL YEAR FY99 FY00 FY01 FY02 Evaluation Quantities 2/Offeror Full Production 750 675 675 Replenishment/Spares 75 68 67 Two product samples will be required of all offerors. One product sample shall be of the largest size in the offeror's sizing scheme. The other shall be of the smallest size of the offeror's sizing scheme. In the event that only one size exists, the offeror shall provide two samples of that size. The product samples will be assessed to ensure that the design satisfies PAESS requirements. The offeror shall provided evidence and data that the proposed design satisfies requirements (a), (g), and (n) above. Product samples will be due at NAWCAD 30 days after the solicitation is released. Evaluation of product samples will take approximately 60 days. Product samples/information shall be submitted at no expense to the Government and will be returned at the offeror's request and expense unless destroyed during pre-award evaluation. It is anticipated that a solicitation for a firm, fixed price contract with a base quantity of approximately 825 units with two options for an additional quantity of approximately 743 units per option will be released in FY00. Award will be made on a best value basis. A draft purchase description shall be available for comment at the NAVAIR home page on the World Wide Web at www.navair.navy.mil/air20/air214/index.cfm. Industry comments (via e-mail) to the purchase description are requested by no later than 15 June 1999. The Government will accept COMMENTS only on the Purchase Description. No questions in reference to the Purchase Description will be answered. Parties interested in receiving the solicitation shall respond via e-mail to PlankME@navair.navy.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED OR RETURNED. All responses must provide a return Internet address and a Post Office mailing address within the body of the response. Responses without a return address, mailing address and company telephone number will not be recognized. Responses should reference solicitation number N00421-99-R-1593. ALL QUESTIONS MUST ALSO BE SUBMITTED VIA EMAIL. The Naval Air Warfare Center Aircraft Division is implementing electronic commerce in the acquisition area, therefore, the solicitation will only be made available on the NAVAIR Home Page on the World Wide Web at www.navair.navy.mil/air20/air214/index.cfm. Hard copies WILL NOT be provided. Offerors who respond to this synopsis will be notified via E-mail when the solicitation is released. All amendments will be posted at the same Internet web site. After solicitation release, vendors should regularly access the NAVAIR web site to ensure that they have downloaded all Amendments. The SIC code for this acquisition is 3842, which has a size standard of 500 employees. All responsible sources may submit a proposal that shall be considered by this agency. Interested firms shall indicate whether they are small, small disadvantaged, 8A, or large business. Proprietary data in the responses will be protected where so designated. NOTE: Contractors must beregistered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at http://ccr.edi.disa.mil/. Posted 05/26/99 (W-SN336108). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0388 19990528\84-0001.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page