SOLICITATION NOTICE
84 -- Combat Gloves
- Notice Date
- 12/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps), ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-04-R-XLZ0
- Response Due
- 1/12/2004
- Archive Date
- 3/12/2004
- Point of Contact
- xinia llovetzurinaga, 508 233 4146
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps)
(xinia.llovetzurinaga@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation W911QY-04-R-XLZ0 for commercially available Combat Glove, which may require minor modifications to meet Government requirements. The intent of the Combat Glove is to provide soldiers with a state of the art glove fo r combat use that will not interfere with their ability to fire a weapon. This glove needs to provide maximum dexterity, tactility, flexibility, and flame, cut protection. The Government envisions that multiple Firm-Fixed Price Indefinite Delivery/Indefini te Quantity (ID/IQ) contracts with one year Optional Ordering Period CLIN 0002 will be awarded as a result of the Request for Proposal (RFP). The Government reserves the right to make a single award as a result of this RFP. This is a 100 percent small busi ness set aside procurement. This announcement will constitute the only solicitation. The applicable North American Industry Classification System (NAICS)Code for this acquisition is 315992 with a size standard of 500 employees. Firms shall not be reimburs ed for any cost associated with proposals. This combined synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6, Streamlined Solicitation for Commercial Items and supplemented with additional information included in this notice . A request for a hard copy of the Request for Proposals will not be honored. Offerors are required to submit a hard copy proposal (to include product literature and independent test data) and product sample as described herein. Offerors are cautioned th at their products must comply with Berry Amendment restrictions (see DFARS 252.225-7012) in order to receive award for the Optional Ordering Period quantity (CLIN 0002). The Combat Glove may be made from a combination of leather and textile materials or al l leather (e.g. hair sheepskin, goat and kidskins) gloves. The Combat Glove shall be either dark blue, sage green or black in color and meet the following performance requirements: leather thickness (if applicable) 1.3-2.5 ounces; fabric weight (if applic able) 9.5-11.0 oz/sq.yd (ASTM-D-3776); fabric cut resistance 200g minimum with a desired of 500g (ASTM-D-1790); fabric flame resistance ?????? after flame of 2.0 seconds maximum and char length of 4 inches maximum (ASTM-D-6413-99). The glove shall be desig ned in such way as to provide maximum dexterity and tactility. The dexterity shall be in accordance with NFPA 1971 ?????? Glove Hand Function Tests (6-38: Peg Board Test). A Kevlar thread shall be used for flame resistance and durability. The Combat Glov e shall fit 5th percentile female through 95th percentile male soldier hand measurements. A certificate of compliance will be acceptable for conformance to industry standards for a minimum service life of 120 days. Materials used shall not create any haza rds that might affect the health, safety and performance of the user. Material Safety Data Sheets (MSDS) for the glove materials (to include leather) shall include finishes to confirm there is no toxicity concern to the wearer. The Combat Gloves shall be clearly labeled in accordance with commercial practices for use, care, warnings, and storage and any additional information required by law. The U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, for the U.S. Army Soldier Center, Nat ick, MA intends to award up to four (4) delivery orders (within available funding constraints) for technical and user assessment quantities. A maximum quantity of 50, minimum of 25 pairs of gloves (CLIN 0001) per delivery order (total 200 pairs) will be p urchased for technical and user assessment. Sizing tariff based on industry sizes will be provided by the Government at a later day. Items will be technically tested and user assessed for the following criteria: 1. Technical Area Evaluation: Flame and c ut resistance, fabric weight and leather thickness. 2. User Assessment Area ?????? Will consist of human factors to include (but not limited to) the followin g criteria: design, fit, comfort, dexterity/tactility, grip, and user acceptance/preference. The Technical area is equal in importance to the User Assessment area, which is more important than the Past Performance area, which is slightly more important th an the Price Area. All evaluation areas other than Price, when combined, are significantly more important than Price. This initial evaluation will take approximately 20-30 days. If items are acceptable in the areas/criteria defined above, the Government may exercise CLIN 0002, Optional Ordering Period to procure a maximum quantity of 100,000, minimum of 5,000 pairs of Combat Gloves (within funding constraints) to one or more companies based on the evaluation criteria listed above (technical and user asses sment) and best value to the Government. All offerors will be given a fair opportunity to compete for each delivery order above the minimum amount. Evaluation of delivery orders will be informal and will include: price, past performance, user acceptance, a nd delivery schedule. The required delivery of the initial quantity (CLIN 0001) is 30 calendar days after award of a delivery order and if the optional ordering period quantity is exercised (CLIN 0002), the required delivery is 60 days for the first 5,000 pairs of gloves and thereafter 30 days for each 5,000 pairs of gloves with a desired delivery of 10,000 pairs of gloves per month. The Government reserves the right to issue multiple orders up to the maximum quantity of 100,000 pairs of gloves. Offeror???? ??s may propose a different delivery schedule in their proposals that may provide earlier delivery, but may not propose a later delivery date than the Government??????s required delivery time. The delivery address for CLIN 0001 is U.S. Army Soldier Biologi cal & Chemical Command, Natick, MA 01760. If the option is exercised, optional quantities (CLIN 0002 shall be delivered to DODAAC: W912H7, PM-Soldier Equipment Staging/NET Facility, 7142 Lineweaver Road, Bldg 2400, Warrenton, VA 20187-5000, ATTN: Doug H anger (VH Facility Mgr). Proof of delivery of each shipment shall be furnished to the Contract Specialist, Xinia Llovet-Zurinaga in order to expedite payment to the contractor. All items shall be preserved, packaged and shipped FOB Destination in accordan ce with best commercial practices to the above location. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: Instructions Federal Acquisition Regulation (FAR) clause 52.212-2 Evaluation ??? ??? Commercial Items applies to this solicitation, addenda are as follows: Proposals and product samples submitted in response to this combined synopsis/solicitation shall be evaluated using the following evaluation criteria, in descending order of importa nce, will be used to evaluate Offerors proposals and product samples: Technical, User Preference, Past Performance, and Price. The technical area and User Preference are equal in importance, which are more important than Past Performance, which is slight ly more important than Price. All evaluation factors other than Price, when combined are significantly more important than Price. Federal Acquisition Regulation (FAR) clause 52.212-1 Instructions to Offerors ?????? Commercial Items applies to this solicit ation, addenda are as follows: The Technical area will be evaluated for: the proposed items capability to meet the solicitation requirements (see first paragraph of this combined synopsis/ solicitation) as demonstrated by the written proposal (to include a ll test data), Material Safety Data Sheets (MSDS), product literature, and product samples submitted (one pair of gloves, size medium). Sample gloves will be assessed by the user for, design, size, fit, comfort, dexterity and user preference/acceptance. P ast Performance: Vendor??????s recent relevant experience in providing these or similar items will be evaluated for performance risk. Price will be evaluated f or price realism, fairness, and reasonableness. Offerors shall submit a written technical proposal not exceeding (15) pages, which describes how their item(s) meet the requirements stated herein. Offerors shall submit a written past performance proposal n ot exceeding (3) pages, which describes their recent, relevant experience in providing Combat Gloves or similar items. The Past Performance Proposal shall contain the names of references, points of contact for the company referenced, and current telephone numbers, fax numbers and e-mail addresses for the reference. Offerors may submit a maximum of two proposals. Proposal submission shall consist of two volumes: Technical and Past Performance shall be one volume with two separate sections (submit original and 2 copies). Price shall be second volume and shall include all required representations and certifications (see FAR 52.212-3 and DFARS 252.212-7000) (submit original and 2 copies). With the technical proposal, offerors shall submit product sample (on e size Medium) that meet the requirements stated herein. Pricing shall be in the offeror??????s format, but shall address each CLIN listed above. 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 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial It ems; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.219-6 Notice of Small Business Set Aside (June 2003); 52.222-21 Prohibition of Segregated Faciliti es; 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 Purchases; 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 Regu lation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.204-7004 Required Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-7001 Contract Terms and Conditions R equired 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 thi s solicitation may be accessed electronically at the following addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Represe ntations and Certification Commercial Items, with the offer. Also include DFARS provision 252.212-7000, Offeror Representations and Certifications Commercial Items. To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. Offerors wishing to be notified of amendments to this combined synopsis/solicitation must send an e-mail to Xinia Llovet-Zurinaga at e-mail cited below. Questions concerning this solicitation shall be submitted in writing to Contracting Officer, Laura L. MacLean at Laura.MacLean@natick.army.mil NO LATER THAN 1530 EST on 22 December, 2003. Proposals shall be submitted to: U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, H eadquarters Building 1, Attn: AMSRD-ACC-NM/Xinia Llovet-Zurinaga, Contract Specialist, 1 Kansas Street, Natick, MA 01760-5011, no later than 12:00 noon EST on 12 January, 2004.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps) ATTN: AMSRD-ACC-NM, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00488724-W 20031214/031212212204 (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 |