COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 U.S. Army Materiel Command, Natick Contracting Division, Attn:
AMSSB-ACN, Natick, MA 01760-5011 84 -- CONCEALABLE BODY ARMOR-PLUS SOL DAAD16-00-R-0024 DUE 090800 POC
H. Maria Luis, Contract Specialist (508) 233-5922, or Judith L.
Uthoff, Contracting Officer (508) 233-4337 WEB: Concealable Body
Armor-Plus, www3.natick.army.mil. E-MAIL: Concealable Body Armor-Plus,
hortense.luis@natick.army.mil. The US Army Soldier and Biological
Chemical Command, Project Manager-Soldier, and the US Army Natick
Research, Development and Engineering Center (NRDEC) has a requirement
for the development, production, and delivery of Concealable Body
Armor-Plus (CBA-Plus) for use by mounted and dismounted soldiers, which
will replace the current Inconspicuous/Concealable Body Armor (ICBA).
The CBA-Plus design and material technology shall provide soldiers with
increased ballistic protection to the torso against three threats as
compared to two threats provided by its predecessor (CBA). The CBA-Plus
vest shall provide more area of coverage, improved concealability,
reduction in overall weight for the flexible ballistic inserts, and
increased flexibility of the vest. The CBA-Plus shall consist of a
ballistic soft vest and armor plates (a.k.a. armor inserts). It
includes requirements in the areas of Fabrication, Integration,
Testing, Program Management, Safety, Human Integration, Logistics, and
Technical Data. The Government intends to award one contract for both
the ballistic soft vest and the armor plates with critical design
review, test items, pre-production, full-scale production of the system
for fielding to the Army and a product improvement methodology for
design/material enhancement over the term of the contract. The contract
will be structured with options as delineated below by Phase. The
Government anticipates a Cost-Plus-Fixed-Fee (CPFF) (PHASES I AND II)
contract for the development phases with Firm-Fixed-Price (FFP) options
for the pre-production quantities and production quantities with Value
Engineering incentives. The contract phases are as follows: PHASE I --
(Not to exceed 2 months) Fabricate CBA-Plus prototypes and test items.
Quantity of 8 CBA prototypes with front and back plates for
Presentation at Critical Design Review with armor plates. Option Items:
Up to 8 Initial Prototype Test Items. Provide Technical Data listed in
the Contract Data Requirements List. Provide two (2) Plate Repair
Kits, if applicable. Firm Fixed Price Option Items for 10 yards of each
fabric proposed for the carrier and webbing proposed for use in the CBA
prototypes. PHASE II (OPTION) -- (Approximately 5.5 months) Fabricate
and deliver test items. A minimum quantity of 115 up to a maximum
quantity of 150 CBA test items (Vest only), a minimum quantity of 115
sets CBA components front and back armor plates. Option Items: Minimum
of 115 up to 150 CBA extra carriers, 15 each CBA vests, 15 sets of
front and back CBA armor plates, and 20 each CBA ballistic panels 14"
x 14". Provide twenty-five (25) Plate Repair Kits, if applicable. The
contractor shall provide Technical Data listed in the Contract Data
Requirements List. Phase II also includes Firm Fixed Price Option Items
for 10 yards of each fabric proposed for the carrier and webbing
proposed for use in CBA test items. The contractor may be required to
make final design modifications based on testing results, and the
Government may exercise its option to procure additional items PHASE
III (OPTION) -- (35 days) Option Items: 8 CBA-Plus Pre-Production Items
and 100 CBA-Plus Pre-Production Items. The contractor will also be
required to provide Technical Data listed in the Contract Data
Requirements List. Provide twenty-five (25) Plate Repair Kits, if
applicable. PHASE IV (OPTION) -- (Approximately 36 months) CBA System:
includes vest, front and back plates, and extra carrier, and
production items. 35 Production Prove-out vests, 18 sets of Production
Prove-Out Front and Back CBA Armor Plates. Production Items: 18,144
CBA Vests, 14,112 Sets CBA Armor Plates, and 18,000 Extra Carriers.
Provide one hundred fifty (150) Plate Repair Kits, if applicable. The
contractor will also be required to provide Technical Data listed in
the Contract Data Requirements List. Delivery of Prototypes and Test
Items shall be to Natick, Massachusetts. Delivery of PHASE IV shall be
within the continental U.S. This acquisition will be conducted
utilizing full and open competition procedures. The selection process
will be based on technical/functional performance and best value
considerations delineated in Section M of the RFP. The Government
reserves the right to obtain rights in data and computer software for
any design or design component, as necessary, to satisfy subsequent
acquisitions. Contractors will be required to have or obtain, and
maintain, a DOD Facility Security Clearance (FSC) and Personnel
Security Clearances (PSC) up to the Secret level. Foreign contractor
participation must be submitted through the foreign country's embassy
in Washington DC. Classified portions of the program effort are limited
to US firms only with a Secret Level Clearance. The applicable SIC code
for this effort is 3842. For the purpose of this requirement, any
concern employing 500 or fewer employees is considered a small
business. To be eligible for award, all offerors must be registered in
the Central Contractor Registry (CCR). Information on the CCR may be
obtained at http://ccr.edi.disa.mil. The formal Request for Proposal
(RFP) for the Concealable Body Armor-Plus will be released on or about
9 August 2000 on the world-wide web at http://www3.natick.army.mil/.
No hard copies of the Concealable Body Armor-Plus RFP will be mailed.
Amendments will also be available at the world-wide web page address
cited above. Notification of issuance of amendments will not be issued.
All questions should be addressed to H. Maria Luis at
hortense.luis@natick.army.mil. Posted 07/25/00 (W-SN478463). (0207) Loren Data Corp. http://www.ld.com (SYN# 0640 20000727\84-0005.SOL)
| 84 - Clothing, Individual Equipment and Insignia Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|