Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SOLICITATION NOTICE

84 -- Body Armor - Request for Information

Notice Date
4/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSSS01-07-R-0027
 
Response Due
5/28/2007
 
Archive Date
6/12/2007
 
Description
United State Secret Service Request for Information HSSS01-07-R-0027 1. General Information The United States Secret Service (USSS), as a law enforcement agency, has a need to provide adequate concealable body armor to its personnel. Body armor is acquired for new agents, new uniform division personnel, new physical security specialists, replacement of damaged samples, and to maintain the continuity of a five years replacement cycle. The vendors interested in responding to this formal request for information (RFI) shall be capable of supporting a procurement need of approximately 600 vests per year. To effectively meet the mission, USSS body armor must be flexible, thin, and lightweight. The armor shall be designed to be worn as an undergarment and it shall be concealable under street clothes such as a normal business suit. The armor shall be designed in such a manner as to prevent the armor from "riding up" on the wearer and becoming apparent during normal law enforcement duty activities. The armor shall provide adjustments for the chest, waist, and shoulders. The areal density of the armor panels cannot exceed 0.95 pounds per square feet (psf). Manufacturers providing information are highly encouraged to describe how their body armor models are constructed with the best and most advanced construction materials available to provide a lightweight and flexible solution. Specific details about carriers, outer tactical garments, and carry bags are not part of this RFI. The objectives of this RFI are: 1) to identify commercial vendors that produce lightweight and flexible state-of-the-art concealable body armor; 2) to improve the overall understanding of commercial off the shelf products and ballistic performance; and 3) to invite industry to submit information that will allow the USSS to prepare a competitive specification that utilizes state of the art materials and novel technologies. THIS RFI IS NOT A REQUEST FOR PROPOSAL, NOR DOES IT CONSTITUTE A CURRENT OR FUTURE GOVERNMENT REQUIREMENT. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ENTER INTO A CONTRACTUAL AGREEMENT. ANY INFORMATION, OR DATA, PROVIDED TO THE GOVERNMENT IS STRICTLY VOLUNTARY AND AT NO COST TO THE GOVERNMENT. 2. Body Armor Specifications of Interest Manufacturers interested in responding to this RFI shall submit information only for concealable body armor models that meet or exceed the general specifications described below. 2.0. All body armor samples must meet or exceed the minimum performance requirements for the National Institute of Justice (NIJ) Level IIIA body armor as specified in NIJ Standard-0101.04 and NIJ 2005 Interim Requirements for Bullet resistance Body Armor. Copies of NIJ compliance letters are requested. 2.1. The recommended body armor model must be flexible, thin, and lightweight. The areal density of the recommended model cannot exceed 0.95 pounds per square feet (psf). Provide documentation of reported areal density (preferably measured by an independent laboratory). 2.2. Minimum Ballistic Performance Requirements. Provide laboratory test sheets to support reported information. Caliber Bullet Weight Bullet Description Recommended Manufacturer Minimum V50 (fps) 9 mm Luger 124 grain FMJ RN Remington 1710 .44 S&W 240 grain SJHP Remington 1650 .357 SIG 125 grain GDHP Speer 1680 2.3. Additional ballistic data: Submission of ballistic data concerning some the threats listed below are recommended to assist the Government in understanding the state of the body armor technology. a. Winchester 9 mm +P+ SXT b. Federal .40 S&W JHP 135 grain c. Federal .40 S&W JHP 155 grain d. 7.62 x 25 mm Tokerov (steel core) e. Data from other threats are highly encouraged. f. Fragment Simulating Projectile data is encouraged. 2.4. Warranty: Provide warranty information. Body armor model must carry a minimum ballistic warranty of five (5) years. 3. Data/Information Requested Private Sector Industry is invited to submit written capability statements to include open market pricing information. Submission should include documentation supporting the body armor characteristics described in section 2.0. Two (2) complete body armor garments (one male size XL, one female size M) of the recommended model or models is requested for inspection and evaluation. Points of contact for follow-up communications will be noted. Responses should include product data sheets and also provide information to include whether their sample products are offered on GSA Schedule contracts or Government Wide Contracts (GWACs). All samples will be returned to vendors who respond to the RFI. 4. Note on Proprietary Information It is not the USSS intent to publicly disclose vendor proprietary information obtained during this RFI. To the full extent that is protected pursuant to the Freedom of Information Act (FOIA) and other laws and regulations, information identified by a respondent as Proprietary or Confidential will be kept confidential. 5. Original Point of Contact Steve Ochs, Contracting Officer, Administrative and Investigative Acquisitions, Phone 202-406-6784, Fax 202-406-6801, Email steve.ochs@usss.dhs.gov. 6. Current Point of Contact Steve Ochs, Contracting Officer, Administrative and Investigative Acquisitions, Phone 202-406-6784, Fax 202-406-6801, Email steve.ochs@usss.dhs.gov. 7. Place of Performance Address: U. S. Secret Service 950 H Street, NW, Washington, DC Postal Code: 20223
 
Place of Performance
Address: United States Secret Service, 950 H Street, NW, Washington, DC 20223
Zip Code: 20223-0001
Country: UNITED STATES
 
Record
SN01272805-W 20070415/070413220515 (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.