SOLICITATION NOTICE
84 -- Cold Weather Contact Glove
- Notice Date
- 6/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- RDECOM Natick (R&D), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-04-T-0066
- Response Due
- 6/29/2004
- Archive Date
- 8/28/2004
- Point of Contact
- stephen abate, 508-233-4018
- E-Mail Address
-
Email your questions to RDECOM Natick (R&D)
(stephen.abate@natick.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercially available Cold Weather Contact Glove (CONG), which may require minor modifications to meet Government requirements. The intent of the CONG is to provide Marines with a state of the art glove for combat use that will not interfere with their ability to fire a weapon operate electronic devices or perform other mission related tasks that require a high degree of tactility and dexterity. This glove needs to provide maximum dexterity, tactility, and flexibility while providing cold weather protection down to 20 degrees Fahrenheit. The CONG should be hydrophobic, quick drying and still provide warmth when wet. The CONG should also be wind resistant and may be windproof. The Government envisions that a three (3) year Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awarded as a result of the Request for Proposal (RFP). This is a 100 percent small business 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 reimbursed 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 samples as described herein. Offerors are cautioned that their products must comply with Berry Amendment restrictions (see DFARS 252.225-7012) in order to receive award. The CONG shall use any of the following materials Malden Mills: 7796, 7784, 9605, 9401 or 9405. It is desired that these materials be incorporated with Malden Mills 9025 with Xstatic????, however it should not have a detrimental effect on the offerors product with regards to dexterity and tactility. In addition, the Malden materials may be combined with leather (e.g. sheepskin, pigskin, kidskin) or manmade leather and/or substitute. Offerors shall submit material samples at no cost to the Government The CONG shall be clearly labeled in accordance with commercial practices for use, care, warnings, and storage and any additional information required by law. The CONG shall properly fit the 5th percentile female through 95th percentile male soldier based on commercial sizing offerings. The Government at a later date will provide size tariff based on industry sizes. Items will be technically evaluated for the following criteria: 1. Technical Area Evaluation: warmth, hydrophobic tendencies, drying time, wicking capability, antimicrobial properties, durability, and wind resistance. The offeror will provide independent certification of their products performance in any or all the standard tests mentioned below with exception of the Copper Hand test for CLO, which may be performed, on the offerors samples by the Government: ASTM D5034 for Tensile Strength of Fabrics (Grab Test). ASTM D2209 for Tensile Strength of Leather. ASTM D4705 for Stitch Tear Strength of Leather, Double Hole. ASTM D3884 for Abrasion Resistance of Fabrics Rotary (Taber). ASTM D3597 for Standard Seam Slippage. ASTM D4964 for Stretch & Recovery of Elastic Fabrics. ASTM D3787 Bursting Strength Ball/Mullen. ASTM F1359 Standard Method for Liquid Penetration Resistance of Protective Clothing or Protective Ensembles Under a Shower Spray While on a Mannequin. AATCC 70 for Water Repellency, Tumble Jar Dynamic Absorption. AATCC 42 Water Resistance, Impact Penetration Test. ASTM D737 Test Method for Air Permeability of Textile Fabrics. ASTM D751 Mullens Hydrostatic Pressure Test, High & Low Pressure. AST M E96 Water Vapor Transmission (MVTR) Inverted Upright. ISO 11092 Measurement of thermal and water vapor resistance under steady-state conditions, sweating guarded hot plate. Copper Hand Testing for gloves to determine CLO value (a minimum clo value of .60 is required). Non-standard Test Methods for Wicking and Drying Time. ASTM-D-3776 leather thickness (if applicable) 1.3-2.5 ounces; fabric weight (if applicable) 9.5-11.0 oz/sq.yd 2. User Assessment Area will consist of human factors to include (but not limited to) the following criteria: warmth, design, fit, comfort, dexterity/tactility, grip, and user acceptance/preference. The following test methods will be used: NFPA 1971 Glove Hand Function Tests (Peg Board Test. The Minimum Quantity will be 5000 pairs; of gloves the maximum quantity will be 249,500 pairs of gloves. An initial delivery order for 70,000 pairs of gloves will be issued with the award of the contract. The required delivery for each delivery order will be 5000 pairs of gloves within 30 calendar days after award, and at least 5000 pairs every 30 days thereafter with 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 249,500 pairs of gloves. Offerors may propose a different delivery schedule in their proposals that may provide earlier delivery, but may not propose a later delivery date than the Governments required delivery time. The delivery addresses for all delivery orders will be broken down as follows: 30% to Camp Pendleton, CA, 30% to Camp Lejeune, NC, 20 % to Okinawa, Japan and 20% to MCLB Albany, GA. Proof of delivery of each shipment shall be furnished to the Contract Specialist in order to expedite payment to the contractor. All items shall be preserved, packaged and shipped FOB Destination in accordance 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 of 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 importance: 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 slightly 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 solicitation, 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 all test data), Material Safety Data Sheets (MSDS), product literature, and product samples submitted (one pair of gloves in each manufactured size), and ???? yard of each fabric used in the glove. Sample gloves will be assessed by the user for, design, size, fit, comfort, dexterity and user preference/acceptance. Past Performance: Vendors recent relevant experience in providing these or similar items will be evaluated for performance risk. Price will be evaluated for 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 not exceeding (3) pages, which describes their recent, relevant experience in providing Cold Weather Contact Gloves or similar items. The Past Per formance 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 one proposal. 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 samples in each of the manufactured sizes, and ???? yard of each material used in the glove that meet the requirements stated herein. Pricing shall be in the offerors format. This initial evaluation will take approximately 30 days. The Government reserves the right to make multiple awards based on the evaluation criteria listed above and best value to the Government. Other FAR clauses that apply to this solicitation are: 52.232-18 availability of Funds; 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 Items; 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 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(DEV) Restriction on Certain Foreign Purchases; 52.204-7 Central Contractor Registration; 52.219-8 Utilization of Small business Concerns; 52.222-21; Prohibition of Segregated Fcilities52.232- 33; 52.222-3 convict Labor; 52.242-13 Bankruptcy; 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: 252.225-7002 Qualifying Country Source as Sub Contractors; 252.204-7004 Required Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-7001 Contract 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. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations 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 to the e-mail account cited below. The solicitation will be posted to the US Army RDECOM-Natick Website at https://www3.natick.army.mil (Go to Business Opportunities, then to Upcoming Acquisitions,), on or about June 8, 2004. When released, the solicitation, including all amendments, and applicable documents will only be available in electronic medium at the above referenced web page. Interested parties shall submit any comments, questions or inq uires, concerning any of the documents in writing via e-mail to the Contract Specialist, Stephen S. Abate, at stephen.abate@us.army.mil no later than 11:00 a.m. (EDT) on or before June 18, 2004. Proposals shall be submitted to: U.S. Army RDECOM Acquisition Center, Natick Contracting Division, Attn: Stephen Abate, 1 Kansas St, Natick, MA 01760-5011 no later than 1530 EDT on June 29, 2004.
- Place of Performance
- Address: RDECOM Natick (R&D) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00601961-W 20040612/040610212258 (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 |