Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
SOLICITATION NOTICE

83 -- Generation III (GEN III) Extended Cold Weather Clothing System (ECWCS)

Notice Date
12/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
315228 — Men's and Boys' Cut and Sew Other Outerwear Manufacturing
 
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
W911QYA
 
Response Due
12/30/2005
 
Archive Date
2/28/2006
 
Small Business Set-Aside
N/A
 
Description
Reference is made to original synopsis issued 2 December 2005 for updated Extended Cold Weather Clothing System (ECWCS) in the new Universal Camouflage Pattern (UCP). In order to make a determination as to whether or not this procurement should be i ssued unrestricted or as a small business set aside, additional information is required from small businesses interested in this procurement. The successful offeror will be responsible for the following: shall produce and deliver GENIII ECWCS kits that me et the requirements set forth in the Purchase Descriptions; shall design and implement production processes that ensure successful production of all items required under this acquisition; shall implement and maintain an internal configuration management pr ogram for the GEN III ECWCS throughout the life of the contract; shall establish and use configuration control procedures to manage proposed changes, beginning with the submission of the First Article Test items; shall include evaluation of human system in tegration, safety, system safety, and logistical impact(s) of alternative Engineering Change Proposal and/or Value Engineering Change Proposal design, concepts and design tradeoffs; shall be responsible for coordination of all contractor activities related to this contract; shall have authority to commit the contractor to specific courses of action; shall be responsible for coordinating all meetings between the Government and the contractor; shall be responsible for bringing to the Contracting Officers att ention any problems that could adversely affect the contractors ability to meet the contract quality, cost, production/delivery schedule, or other performance requirements; shall ensure subcontractor compliance with all aspects of the contract requirement s; and shall notify the Contracting Officer of any problems with subcontractors that might impact the contract and shall make every effort to resolve problems or other issues quickly, so as to minimize any negative impact on contract performance. The mand atory NISH items are as follows: Shirt  mid weight; Jacket, Fleece; Drawers  light weight; Drawers  mid weight; and Undershirt  light weight. This is not a request for proposals. The Government anticipates a one-year Base Ordering Period, with f our, one-year Options. The anticipated minimum requirement is 10,000 Top Kits and 10,000 Bottom Kits for the base period and each option year, if exercised. The maximum requirement is 240,000 Top and Bottom Kits for the base period and each option year, if exercised. The contracting officers set-aside decision will be based on qualification packages demonstrating the ability to meet the ECWCS requirements. Bear in mind that under a small business set-aside, the prime contractor must perform at least 50 % of the cost of labor for manufacturing and kitting the ECWCS. On procurements over $10,000,000.00, the 50% rule is applied to the labor cost of the small business prime contractor and small business teammates. For purposes of this acquisition, the smal l business definition is 500 employees (NAICS 315228). After reading the scope of work above, please respond to the following questions: (1) Can you produce and deliver the maximum requirement for ECWCS (either from your company directly or through a tea ming arrangement)? (2) What is the maximum quantity your facility can manage for each item identified? (3) What production processes will you implement to ensure successful production of all items required under this acquisition? (4) Briefly describe your facilities, specifically warehouse space and equipment to be used in manufacturing the identified items under this contract. (5) Can you demonstrate the ability to ensure effectiveness of process and control to ensure that GEN III ECWCS components ar e integrated into a kit to meet delivery dates? (6) Do you have experience in managing multiple sub-contractors, if so explain briefly how you proposed to do so under this contract? (7) What experience or past performance for producing items of this quantity support your qualifications/capabilities? Provide Government references for support. (8) Please indicate the dollar value your firm is capable of worki ng on considering your current production schedules and capability. (9) If this project were set-aside for small business, would you submit a bid proposal if in your range? (10) Is your firm a certified HUBZone? (11) Is your firm a certified 8(a) firm ? Failure to answer any of the above questions may result in a determination of lack of capability for purposes of this survey. Responses shall be limited to 10 pages. Email only responses are requested by 3:30 pm, December 30, 2005 and should be forwar ded to Darlene Rideout at Darlene.Rideout@natick.army.mil and Michelle Miller at Michelle.Miller@natick.army.mil. The DRAFT solicitation and applicable documents are available in electronic medium at the US Army RDECOM  Natick Contracting website at http s://www3.natick.army.mil. The Government anticipates releasing the RFP by 13 Jan 2005.
 
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
 
Record
SN00953023-W 20051217/051215212626 (fbodaily.com)
 
Source
FedBizOpps 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.