SOLICITATION NOTICE
84 -- Combat Eye Protection
- Notice Date
- 9/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Robert Morris Acquisition Center, Natick Contracting Div, ATTN: AMSSB-ACN-M, Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD16-03-R-0027
- Response Due
- 10/16/2003
- Archive Date
- 12/15/2003
- Point of Contact
- Peggy Dube, (508) 233-4481
- E-Mail Address
-
Email your questions to Robert Morris Acquisition Center, Natick Contracting Div
(peggy.dube@natick.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. This is a full and open competition combined synopsis/solicitation DAAD16-03-R-0027, for non-developmental Combat Eye Protection, which may require minor modifications (such as color, type of re tention strap, information contained in the use and care manual) to meet government requirements. The applicable NAICS Code for this acquisition is 315999 with a size standard of 500 employees. This synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6 and supplemented with additional information included in this notice. This announcement will constitute the only solicitation. A request for a hard copy of this RFP will not be honored. The Combat Eye Protection shall be availabl e in two forms: spectacles and goggles, each with a carrying case and Use and Care Manual. All designs submitted must provide ballistic protection for the eye in both clear and sunglass configurations in order to be considered for this effort. Ballistic p rotective lenses shall pass a ballistic test. The ballistic test shall be conducted as specified in MIL-STD-662E with the following exceptions: electronic velocity detection devices (light beam or acoustic type) may be used to determine the velocity of th e projectile, such devices placed no less than 8 inches and no more than 24 inches from the target; compressed gas propulsion of the projectile may be used. The eyewear shall be mounted on an Alderson 50th percentile male head form in the as-worn position. The 0.002 inch thick aluminum foil witness sheet shall be mounted within 14 millimeters of the eyewear behind the area of impact. Spectacles shall be hit once with a 0.15 caliber, 5.8 grain, T37 shaped projectile at 640 to 660 feet per second at normal in cidence to the lens within a 1-inch diameter at a point centered on the horizontal centerline and 32 mm from the vertical centerline. Goggles shall be hit twice with a 0.22 caliber, 17 grain, T37 shaped projectile at 550 to 560 feet per second (once on the left side and once on the right) at normal incidence to the lens within a 1-inch diameter at a point centered on the horizontal centerline and 32 mm from the vertical centerline, and again at the centerline if appropriate. The eyewear shall be considered a failure if the aluminum foil witness sheet is punctured or if the lens is cracked. Additionally, the Combat Eye Protection shall meet the following performance requirements: All spectacle and goggle designs submitted shall meet the appropriate (spectacle or goggle) ANSI Z87.1 requirements. Spectacle and goggle designs must be available in both clear and sunglass configurations. It is preferable that sunglass lenses be neutral grey. Lenses must be capable of being removed and replaced easily without the a id of tools. It is highly desired that eyewear accommodate prescription users while still providing ballistic protection (goggle also to still provide wind/dust protection in Rx configuration). To satisfy this need, eyewear may either be compatible with ex isting military prescription eyewear/inserts or shall provide a prescription lens carrier designed to accommodate a wide range of prescriptions manufactured from CR39 plastic, and shall be durable and capable of withstanding rigorous use by soldiers in a f ield environment. No more than two (2) types of lenses (or four exposed surfaces), including prescription inserts, shall be arranged in front of the eyes in any configuration. Use and Care manuals should describe the various configurations of the eyewear, use and adjustment of the eyewear, as well as care/maintenance/cleaning procedures associated with the eyewear. Eyewear should be comfortable and capable of fit ting a wide range of people, be compatible with Military helmets (PASGT, CVC, MICH), provide for good field of view, and be capable of being used while firing weapons and using night vision devices. Any adjustments should be easy to make. Goggles should pr ovide adequate seal around the eyes to provide sand/dust/wind protection. With the exception of lenses, components of the eyewear shall be subdued in color, such as black, tan, or green. Goggles should weigh no more than 4.4 ounces. Spectacles should weigh no more than 1.7 ounces (with Rx carrier). Finished parts are free of any sharp/rough edges that could result in discomfort or abrasion to the face. Eyewear should come with a durable carrying case capable of carrying the eyewear and at least one set of s pare lenses. Cases that can be easily attached to the soldier??????s load bearing equipment are preferable. Additionally, Goggle designs should provide wind/dust protection and come with a flame resistant strap. Offerors shall have the option to propose a spectacle and/or goggle design. As part of the proposal, the Offeror shall submit product samples. The Offeror shall submit ten (10) of each spectacle design and ten (10) of each goggle design being proposed, at no cost to the Government. Clear and sunglass lenses shall be provided with each item (ballistic protective photochromic lenses may be used in lieu of separate clear and sunglass lenses). If multiple sizes are available, a representative of each size shall be submitted as part of the 10 samples for each design. No more than three (3) spectacle designs and no more than three (3) goggle designs may be proposed by any one Offeror. Offerors are also required to submit a hard copy Technical proposal. The proposa l must include a comparison of the performance of the submitted product(s) to the requirements of ANSI Z87.1. Product literature, such as Use and Care instructions, promotional brochures, etc. that describe how the product meets the Combat Eye Protection r equirements stated herein will also be provided. Any requirements that cannot be fully addressed via the product literature shall be addressed in a written proposal not to exceed three [3] pages for each proposed design. Vendors shall submit a Price propos al that provides the cost/per item for the initial items (up to 200), as well as the price for the optional quantity up to 45,000 items in economic ordering quantities. This shall be done for each spectacle and goggle design proposed. Vendors shall submit a Manufacturing proposal, not to exceed six (6) pages total, which describes the following: address whether the eyewear is currently in production, or when the eyewear will be in production if not being produced already; current and maximum production rate (or anticipated production rate if the eyewear is not currently in production); whether textile components are entirely U.S. made (identifying which textile components are not US made, if any, and what action will be taken to transition procurement of the se textiles to a domestic source within the next 6 months); and how the eyewear complies with the Buy American Act (with specifics as to which components are not made in the US and where these components are currently being manufactured). This manufacturin g information shall be provided for each design proposed. Vendors shall submit a written proposal, not to exceed two (2) pages total, describing the warranty offered with each of the proposed designs. Vendors shall submit a written past performance proposa l not to exceed two (2) pages total, which describes their recent, relevant experience in providing protective eyewear. The Past Performance Proposal shall contain the names of references, points-of-contact for the company referenced, and current telephone and fax numbers for the points of contact. Proposal submission shall consist of two volumes: Technical, Manufacturing, Warranty and Past Performance shall be one volume with four severable sections ( submit original and 6 copies). Price and all representations and certifications (see FAR 52.212-3 and DFARS 252.212-7000) shall be the second volume (submit original and 2 copies). Offerors wishing to be notified of amendments to this combined synopsis/ so licitation shall send an email to the email address cited below. The following areas, in descending order of importance, shall be used to evaluate offerors?????? proposals and product samples: Technical, Price, Manufacturing, Warranty, and Past Performanc e. The Technical area is greater in importance than the Price area, which is slightly more important than the Manufacturing area, which is more important than the Warranty area, which is slightly more important than the Past Performance area. Together, the Technical area and the Price area are of greater importance than all other areas combined. Questions concerning this combined synopsis/solicitation shall be submitted in writing to Peggy.Dube @natick.army.mil no later than October 1, 2003. Telephone inqu ires will not be accepted. Proposals shall be submitted to: U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, Headquarters Building #1, ATTN: AMSSB-ACC-NS, Peggy Dube, Contract Specialist, Kansas Street, Natick Ma 01760-5011, no la ter than 1500 EST on October 10, 2003. The Technical area will be evaluated for: 1) Written Proposal, Test Data and Product Literature and 2) Product Sample (where item 2 is of greater importance than item 1). Written Proposal, Test Data and Product Liter ature will be evaluated for a) Documentation against ANSI Z87.1, b) Product Literature and c) Use and Care Manual(s), which are in descending order of importance. Product Sample will be evaluated for a) Ballistic Characteristics, b) Human Factors, c) Physi cal Characteristics and d) Carrying Case, where Sub-factor a) is of greater importance than Sub-factor b. Sub-factor b is of much greater importance than Sub-factor c). Sub-factor c) is of equal importance to Sub-factor d). Sub-factor a) is more important than all other Sub-factors combined. Pricing shall be evaluated for realism based on competitive pricing received from offerors and/or comparison with similar items. The Manufacturing Proposal will be evaluated for: 1) Item is either currently in producti on or can be production-ready within six months, 2) Production capability, or anticipated production capability is sufficient to meet the Government??????s projected needs of 5000 units per month, 3) All textile components are entirely U.S. made OR the con tractor has a plan in place to transition procurement of non-US-made textiles to a domestic source within the next six months, and 4) Items comply with the Buy American Act, which are in descending order of importance. The Warranty Proposal will be evaluat ed for: 1) Minimum of one-year warranty, 2) Replacement of defective items at no charge, 3) Warranty covers defects in material and workmanship. All warranty subfactors are of equal importance. Past Performance will be evaluated for quality workmanship/pr oduct, customer responsiveness, and timeliness of deliveries for the same or similar items. Initial samples from each vendor shall be subjected to ballistic testing. Non-compliance with ballistic requirements will result in automatic elimination of a desig n from further consideration. Based on Best Value Source Selection and available funding, the U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, located at the U. S. Army Soldier Systems Center, Natick, MA will award one or more purch ase orders, each for up to 200 spectacles and/or 200 goggles, for further test and evaluation. Procured items will be subjected to the following: Items will be technically tested under both laboratory and field conditions, as well as assessed for Safety. Field testing of spectacles and goggles shall include an assessment of fit, comfort, stability, compatibility with helmets, perception of weight when worn, appe arance, clarity of vision, field of view, ability to sight & fire weapons and use optical augmentation, ease of changing lenses, durability, resistance to fogging, ease of cleaning, minimization of glint and glare, adequacy/design of carrying case, adequac y of instruction booklet, Rx compatibility, and overall user acceptance/preference. Goggles will also be assessed for seal, adequacy of strap, ease of adjusting strap, and wind/dust protection. Laboratory testing shall include an assessment of optical char acteristics, weight, environmental resistance, chemical resistance, sand and dust infiltration (goggles only) and workmanship. Safety of the items will also be assessed (to include review of level of ANSI Z87.1 compliance and flame resistance of goggle str ap). Field-testing and Safety are of equal and most importance. Laboratory testing is of less importance than either Field-testing or Safety. Unit cost and manufacturing capability will be taken into consideration as part of the final down-select as well. Unit cost and manufacturing capability are of equal importance. Technical testing is more important than either cost or manufacturing capability. It will take approximately eight (8) months from the time of award of a purchase order until the completion of the government user evaluation and down-selection. If items are evaluated acceptable in the criteria defined above, the Government may exercise an option to procure up to a maximum quantity of 45,000 spectacles and 45,000 goggles with one or more companie s based on the results of technical testing, cost and manufacturing capability. Vendors are cautioned that their products must comply with Berry Amendment restrictions (see DFARS 252.225-7012 regarding any textiles) in order to receive award for the option al production quantities. The Government will incorporate successful designs into the Government??????s Direct Vendor Program to support future procurements. The single most successful spectacle and single most successful goggle design may be subjected to operational testing for potential Type Classification and future integration of Laser protective technology. The required delivery of the initial quantity of 200 items is 30 calendar days after award of purchase order(s). The required delivery of the optio nal items (up to 45,000) is within 365 calendar days following exercise of the optional quantity. Offerors may propose a delivery schedule in their quotations to meet this need. The Government reserves the right to exercise the option as many times as nec essary until the maximum quantity is ordered. Delivery of the items will be within the Continental United States. Proof of delivery of each shipment shall be furnished to the Contract Specialist, Peggy Dube, in order to expedite payment to the contractor. All items shall be preserved, packaged and shipped FOB Destination in accordance with best commercial practices. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-2 EVALUATION - COMMERCIAL ITEMS with Addenda below; 52.212-3 OFFEROR REPRES ENTATION AND CERTIFICATIONS - COMMERCIAL ITEMS. A completed copy must be submitted with the offer; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMER CIAL ITEMS; 52.217-5 EVALUATION OF OPTIONS, 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEMS, 52.217-8 OPTION TO EXTEND SERVICE (within 30 days), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT ((a) within 30 days; within 60 days; ( b) shall not exceed 36 months; 52.232-15 PROGRESS PAYMENTS NOT INCLUDED. Other FAR clauses that apply to this solicitation are: 52.203-3 ??????Gratuities??????; 52.203-6 ALT 1 ??????Restrictions on Subcontractor Sales to the Government??????; 52.212-5 (DE V) ??????Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders ?????? Commercial Items??????; 52.222-19 ??????Child Labor ?????? Cooperation with Authorities and Remedies??????; 52.222-21 ??????Prohibition of Segrated Facilities??????; 52.222-26 ??????Equal Opportunity??? ???; 52.222-35 ??????Equal Opportunity for Disabled Veterans??????; 52.222-36 ??????Affirmative Action??????; 52.222-37 ??????Employment Reports on Disabled Veterans and Veterans of the Vietnam Era??????; 52.225-13 ??????Restriction on Certain Foreign Purc hases??????; 52.232-33 ??????Payment by Electronic Funds Transfer ?????? Central Contractor Registration??????; 52.233-3 ??????Protest After Award??????; 52.247-34 ??????FOB Destination??????; 52.252-2 ??????Clauses Incorporated by Reference??????; 52.252- 6 ??????Authorized Deviations in Clauses.?????? Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.204-7004 ??????Required Central Contractor Registration??????; 252.212-7001 ??????Contrac t Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 ??????Buy American Act and Balance of Payments Program??????; 252.225-7012 ??????Preference for Certain Domestic Commodities.?????? All clauses applicable to this solicitation may be accessed electronically at the following addresses: ??????http://www.arnet.gov/far??????; ??????http://farsite.hill.af.mil??????; ??????http://www.dtic.mil/dfars??????. To be eligible f or 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??????. Addenda, 52.212-2(a)
- Place of Performance
- Address: Robert Morris Acquisition Center, Natick Contracting Div ATTN: AMSSB-ACN-M, Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00432384-W 20030913/030911213419 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |