Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2004 FBO #0929
SOLICITATION NOTICE

84 -- Combat Utility 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-0065
 
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 Combat Utility Glove, which may require minor modifications to meet Government requirements. The intent of the Combat Utility Glove is to provide Marines with a state of the art gl ove for combat use that will not interfere with their ability to fire a weapon and to operate electronic devices. This glove needs to provide maximum dexterity, tactility, and flexibility while providing some flame, cut and abrasion protection. The Governm ent envisions that a three (3) year Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) will be awarded as a result of the Request for Proposal(RFP). The Government reserves the right to make multiple awards as a result of this 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. Firm s 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. The Combat Utility Glove may be made from a combination of leather and textile materials, made entirely from leather (e.g. hair sheepskin, goat and kidskins), manmade leather with or without textile materials or entirely from textile materials. The Combat Utility Glove shall be either dark blue, sage green, black or coyote brown in color and meet the following performance requirements: leather th ickness (if applicable) 1.3-2.5 ounces; fabric weight (if applicable) 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 designed 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). The combat utility glove will be t ested for moisture management using the following methods: ASTM E-96-95 Water Vapor Transmission (MVTR) Inverted Upright, ISO 11092 Measurement of thermal and water vapor resistance under steady-state conditions, sweating guarded hot plate, and Natick non standard Test Method for moisture wicking. The Combat Utility Glove shall properly fit the 5th percentile female through 95th percentile male soldier based on commercial sizing offerings. The offeror shall provide independent certification for their products durability performance in any or all the applicable standard tests specified below: ASTM D-5034for Tensile Strength of Fabrics (Grab Test)(2001) ASTM D2209for Tensile Strength of Leather ASTM D4705for Stitch Tear Strength of Leather, Double Hole ASTM D4157for Abrasion Resistance of Fabrics Oscillation Method ASTM D3884for Abrasion Resistance of Fabrics Rotary (Taber) ASTM 439for Standard Seam Slippage ASTM D4964 for Stretch & Recovery of Elastic Fabrics FEDSTD 5120 Bursting Strength Ball/Mullen 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 hazards that might affect the health, safety and performance of the user. It is desired that th e Combat Utility Glove use a silver based fiber called Xstatic???? and manufactured by Noble Fiber, Clarks Summit, PA, 877-978-2842 (Content to be determined by contractor and Noble Fiber). This fiber provides anti-microbial, static dissipation and anti-odor charac teristics. Material Safety Data Sheets (MSDS) shall be provided for all fabric and leather glove materials, to include those for any finishes used on the fabric or leather, to confirm there is no toxicity concern to the wearer. The Combat Utility Gloves s hall be clearly labeled in accordance with commercial practices for use, care, warnings, and storage and any additional information required by law. Size tariff based on industry sizes will be provided by the Government at a later date. Items will be technically tested and user assessed for the following crit eria: 1. Technical Area Evaluation: Flame and cut resistance, fabric weight,leather thickness, durability, moisture management,and tactility/dexterity. 2. User Assessment Area will consist of human factors/field assessment to include (but not limited to) t he following parameters: durability, 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 sl ightly more important than the Price Area. All evaluation areas other than Price, when combined, are significantly more important than Price. This initial evaluation will take approximately 60 to 90 days. The Government reserves the right to make multiple awards based on the evaluation criteria listed above and best value to the Government. The Minimum Quantity will be 179 pairs; of gloves the maximum quantity will be 76,223 pairs of gloves. The r equired delivery for each delivery order will be at a minimum 2000 pairs of gloves within 30 calendar days after award, and with desired delivery of 5,000 pairs of gloves per month. The Government reserves the right to issue multiple orders up to the maximum quantity of 76,223 pairs of gloves. Offerors are cautioned that their products must comply with Berry Amendment restrictions (see DFARS 252.225-7012). 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 address for delivery orders will be given at a later date, however successful offerors should expect delivering gloves into the US Central Command Area of Responsibility. 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 lo cation. 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: The following evaluation criteria, in descending order of importance, shall be used to evaluate Offerors proposals and product samples su bmitted in response to this combined synopsis/solicitation: 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, w hen combined are significantly more important than Price. Federal Acquisition Regulation (FAR) clause 52.212-1 Instructions to Offerors of 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 require ments (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 (two pairs of gloves, size medium). Sample gloves will be assessed by the user for, design, size, fit, comfort, dexterity and user preference/a cceptance. Past Performance: Offerors 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 shal l submit a written past performance proposal not 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 numb ers 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 require d 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 2 product samples size medium and ???? yard of each type of material used in the samples that meet the requirements stated herein. Pricing shall be in th e offerors format.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 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 Regulation 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 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 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 9, 2004. When released, the solicitat ion, 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 inquires, 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. (EST) on or before June 18, 2004. Proposals shall be submitted to: U.S. Army RDECOM Acquisition Center,Natick Contracting Division, Attn: Stephen Abate, 1 Ka nsas 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
 
Record
SN00601962-W 20040612/040610212259 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.