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