COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS
84 -- JUNGLE DESERT BOOTS
- Notice Date
- March 12, 2001
- Contracting Office
- U.S. Army Robert Morris Acquisition Center Natick, ATTN: AMSSB-ACN, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD1601R0006
- Response Due
- April 12, 2001
- Point of Contact
- Thomas Bouchard (508) 233-4026
- E-Mail Address
- CLick here to e-mail the Contract Specialist (Thomas.Bouchard@natick.army.mil)
- Description
- The U.S. Army Robert Morris Acquisition Center-Natick (USA RMAC-Natick), in support of the U.S. Marine Corps (USMC), has a requirement to replace the Jungle Boot and the Desert Boot with one boot, which shall incorporate many of the performance requirements and characteristics of both boots and shall be called the Jungle Desert Boot (JDB). This requirement is a Full and Open Competitive acquisition with the requirement that any resultant contract(s) to large business(s) shall subcontract 20% of the total contract amount to Small Business(s) and 5% of the total contract amount to Small Disadvantaged Business(s). The applicable North American Industry Classification System (NAICS) Code is 316213, small business size standard is 500 employees. Interested parties may secure a color sample by sending your request, name, and mailing address (not a P.O. Box) via e-mail to thomas.bouchard@natick.army.mil, and a swatch of fabric will be delivered to your firm. The Government will NOT be employing Reverse Auctioning and Award Term acquisition strategies as originally anticipated. The Government anticipates making multiple contract awards (no more than three) for this acquisition. The Government is planning a three-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) with Economic Price Adjustment (EPA) for Material. This will NOT be a six-year effort, nor will NOT be EPA for Labor as originally anticipated. Exercise of the production CLINs are contingent upon the Government's approval of First Article, and Limited Run Initial Production (LRIP), which will be separate CLINs. If one contract were awarded, the minimum requirement for the production quantities, would be 40,000 pair per year/maximum requirement would be 80,000 pair per year. However, as stated above, multiple (no more than three) awards are anticipated, therefore: two contract awards would result in a minimum quantity of 20,000 pair per year/maximum quantity of 40,000 pair per year; three contracts would result in a minimum quantity of 13,333/maximum quantity of 26,666 per year. A First Article Test (FAT) will be conducted, and field evaluation testing will be conducted by the Government based on the Low Rate Initial Production (LRIP) of up to 5,000 pair of boots. For production quantities, the ordering periods will consist of a 2-year period and a 1-year option. In accordance with FAR Part 5.102(a)(7) all documents associated with this acquisition have/will be released via the USA RMAC-Natick Homepage at http://www3.natick.army.mil (go to Business Opportunities, then to Ongoing Acquisitions, then to this solicitation number. No hard copies will be provided. Firms shall not be reimbursed for any costs associated with proposal preparation. Questions concerning this solicitation can be directed to Mr. Thomas J. Bouchard, Contract Specialist, at Thomas.bouchard@natick.army.mil. Proposals must be received (Facsimile proposals will not be accepted) via mail or through the USA RMAC Acquisition Center-Natick Homepage no later than April 12, 2001 at 12:00p.m (EST). The mailing address is: U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, Attn: AMSSB-ACN-S (Mr. Thomas Bouchard), Bldg. 1, Kansas St, Natick, MA 01760-5011. See Note 26
- Web Link
- Click here to download a copy of the RFP (http://www3.natick.army.mil)
- Record
- Loren Data Corp. 20010314/84SOL003.HTM (W-071 SN50F9R7)
| 84 - Clothing, Individual Equipment and Insignia Index
|
Issue Index |
Created on March 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|