SOLICITATION NOTICE
84 -- A Family of Ballistic Plates for the Body Armor Load Carriage System (BALCS)
- Notice Date
- 2/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 327112
— Vitreous China, Fine Earthenware, and Other Pottery Product Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-H92222-07-R-00XX
- Description
- The United States Special Operations Command has cancelled solicitation H92222-06-R-0023 for the family of ballistic plates for the Body Armor Load Carriage System (BALCS). A new solicitation is anticipated to be released in the February/March 2007 timeframe. An open industry day is anticipated for the morning of March 1, 2007, with follow-on one-on-one contractor-government meetings anticipated for the afternoon of March 1 and as needed on March 2, 2007 in Natick, MA. All those wishing to participate shall provide Company Name, Participant Names, Participant Driver?s License Number (for entry into facility) and their Security Clearance Level, by February 23, 2007, to Sheryl Harris, Program Manager SOF Survival Systems (PM-SSS), 508-233-4303. Individuals cleared at the Secret level will have the opportunity to provide information at that classification during one-on-one meetings about the status of ongoing ballistic technologies that are manufacturable for the upcoming solicitation. During this Industry day, potential offerors will have the opportunity to comment on the requirements of the solicitation, and provide perspective on the technologies they have available to meet the requirement. The requirement will be for a five year indefinite delivery indefinite quantity (IDIQ) contract issuing firm fixed price (FFP) delivery orders to procure a family of ballistic plates for the BALCS to improve the survivability and mobility of Special Operation Forces (SOF). The family of ballistic protective armor will maximize ballistic protection while minimizing the burdens of weight, bulk and heat stress. This will be achieved with the use of three (3) different plate technologies available in different cuts. The components will integrate with the existing BALCS Releasable Body Armor Vest system, the BALCS Soft Armor package (for the Baseline configuration), and other SOF systems providing the ability to increase or decrease ballistic protection and load. Vendor?s systems will be checked for interoperability with current configurations. The ballistic protective components will be selected on a performance basis in order to take advantage of most current technologies. The three BALCS configurations include, 1) Baseline Configuration: One cut of ballistic plate that can be used as a back or a front with an areal density not exceeding 6.5 pounds per square foot and thickness of the plates not exceeding .750 inches (this system uses a ballistic plate and soft armor package to meet performance requirements); 2) Tactical Stand Alone Ballistic Configuration: Three cuts of ballistic plate with an areal density not exceeding 6.9 pounds per square foot and thickness of the plates not exceeding 1.0 inches (meets requirements with no soft armor package); and 3) Low Visibility Ballistic Configuration: Three cuts of ballistic plate with an areal density not exceeding 4.8 pounds per square foot and thickness of the plates not exceeding .50 inches (may or may not use Soft Package, depending on threat and performance of configuration submitted). All plate technologies/configurations must have been previously ballistically tested (both conditioned and unconditioned). Ballistic testing must have been performed in accordance with the general provisions of MIL-STD-662, NIJ 0101.04 and MIL-C-44050A test protocols for Level IV. Conditioning shall include High and Low Temperatures, Gasoline, Motor Oil and Break Free as well as Sea (salt water), and Chlorine Water Immersion. The minimum quantities will vary from 10 to 300 depending on the plate technology and design. The maximum quantities will vary from 50,000 to 140,000 depending on the plate technology and design. In addition, a Subcontracting Plan will be required of large businesses. Any textile products must be Berry Amendment compliant. The Government reserves the right to award multiple contracts. The offeror will be required to provide Product Demonstration Models (PDMs) with proposal submission for evaluation. PDMs shall consist of: Baseline Configuration, total 8 PDMs as follows: (SPEAR cut) - 2 small, 2 medium, 2 large, 2 x-large PDMs. Tactical Stand Alone Ballistic Configuration (TSA), total 18 PDMs as follows: TSA (SPEAR cut) - 2 small, 2 medium, 2 large, 2 x-large PDMs; TSA (Swimmer cut) - 2 small, 2 medium, 2 large, 2 x-large PDMs; TSA (MSAP) ? 2 one size only PDMs. Low Visibility Ballistic Configuration (LV), total 18 PDMs as follows: LV (SPEAR cut) - 2 small, 2 medium, 2 large, 2 x-large PDMs; LV (Swimmer cut) - 2 small, 2 medium, 2 large, 2 x-large PDMs; LV (MSAP) - 2 one size only PDMs. The Government anticipates changes to the shape of the plate technologies throughout the life of the contract as required to meet emerging threats and the needs of SOF Operators. Detailed patterns will not be provided for the solicitation by the government, however, general shape drawings will be provided so that all vendors have the ability to meet interoperability requirements equally. This is not an R&D contract. Any questions related to this effort shall be emailed to Verdetta Weaver at weaverv@socom.mil.
- Record
- SN01229778-W 20070211/070209221337 (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 |