SOLICITATION NOTICE
84 -- Modular Lightweight Load-Carrying Equipment (MOLLE)
- Notice Date
- 8/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- Contracting Office
- RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W58P0505R0031
- Response Due
- 9/6/2005
- Archive Date
- 11/5/2005
- Small Business Set-Aside
- Partial Small Business
- Description
- The U.S. Army RDECOM - Natick Contracting Division, in support of the US Army Soldier Systems Center-Natick identified a requirement for Modular Lightweight Load-carrying Equipment, also known as MOLLE. MOLLE is replacing the All-Purpose Lightweight Individual Carrying Equipment (ALICE) for general use by the U.S. Army. The Government will provide a Technical Data Package, that will consist of the following primary components: Core Rifleman`s Set (NSN: 8465-01-525-0578, maximum quantity 899,492), P istol Set (NSN: 8465-01-524-7328, max quantity of 179,900), Grenadier Set (NSN: 8465-01-524-7624, max quantity of 89,948)), SAW Gunner Set (NSN: 8465-01-524-7362, max quantity of 89,948), Medic Set (NSN: 8465-01-524-7632, max quantity of 35,980), Large Fie ld Pack Set (NSN: 8465-01-523-6276, max quantity of 899,492), and a series of modular pouches to be mounted on the outer tactical vest, FLC, and/or rucksack or assault pack. MOLLE provides a better, more modular way to carry loads, therefore improving com fort and increasing user acceptance. MOLLE is compatible with all individual Soldier tactics, techniques, procedures, and individual equipment and is durable enough to withstand foreseeable use and misuse in diverse military operational environments. The Government anticipates that this requirement will be a thirty (30) percent Small Business Set-Aside, with the other seventy (70) percent being a Full and Open Competitive acquisition, however, the Government reserves the right to change the solicitation p rocedure. Firms shall not be reimbursed for any costs associated with proposals. The Government envisions one award under the Small Business Set-Aside portion and up to two awards under the Full and Open Competition portion of which Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts would be awarded as a result of the Request for Proposals (RFP). However the government reserves the right to award one contract or none. The Government anticipates the total length of contract(s) t o be five (5) years. If more than one contract is awarded the requirements will be divided (ratio to de determined) among successful offerors. Offerors are to note that National Industry for the Severly Handicap (NISH) is currently the mandatory source for various components associated with the MOLLE. When released, the solicitation, including all amendments, and applicable documents (with the exception of patterns, if applicable) will only be available in electronic medium at the US Army RDECOM Natick Co ntracting website at https://www3.natick.army.mil . The point of contact for this is Chris Heim and can be contacted via email at christopher.andrew.heim@natick.army.mil
- Place of Performance
- Address: RDECOM Acquisition Center - Natick 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
- SN00876194-W 20050824/050822212327 (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 |