SOLICITATION NOTICE
10 -- non-commercial, non-developmental Modular Integrated Communication Helmet (MICH) Product Improved Helmet, Type I Ballistic System.
- Notice Date
- 2/16/2010
- Notice Type
- Presolicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY10R0014
- Response Due
- 3/16/2010
- Archive Date
- 5/15/2010
- Point of Contact
- Nathan C. Jordan, 508-233-6034
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(nathan.c.jordan@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army RDECOM-Natick Contracting Division, Kansas Street, Natick, MA on behalf of the United States Special Operations Command (USSOCOM) Program Manager, Special Operations Forces Survival, Support and Equipment Systems (PM SOF-SSES), Natick, MA has a requirement f or a non-commercial, non-developmental Modular Integrated Communication Helmet (MICH) Product Improved Helmet, Type I Ballistic System. This is a pre-solicitation notice and not a RFP. The Government anticipates a full and open competitive RFP. It is anticipated that a final Fedbizopps Announcement and solicitation will be released in March of 2010 with proposals due an estimated 60 days after release of the solicitation. The Type I MICH-BALLISTIC is an improved MICH helmet that provides the SOF Operator current state of the art, or greater, ballistic and impact protection. The Type I MICH-BALLISTIC meets or exceeds all of the current MICH helmet requirements with the added benefit of lighter weight and flexible configuration. The Type I MICH-BALLISTIC shall be utilized by the operator for the full spectrum of SOF mission requirements allowing operators to conduct primary or collateral functions. From insertion by various platforms and operational techniques through complex actions on the objective, to eventual extraction by various platforms and/or techniques there is a constant need for ballistic protection. The Type I MICH-BALLISTIC helmet will be used throughout the spectrum of Special Operations Forces (SOF) operational continuum, from Humanitarian Assistance and Peacekeeping, through Counter-Terrorism and Counterinsurgency, to low intensity conflict and full-scale war. The environmental conditions will range from tropic to arctic and from arid desert to open ocean with weather conditions associated with these environments to include limited visibility. The Type I MICH-BALLISTIC shall provide a stable platform to accept the mounting of standard SOF Night Optical Devices, and other mission essential equipment. The Type I MICH-BALLISTIC shall be compatible with NBC equipment, communications devices, weapons, body armor and Load Carrying System. The Government anticipates awarding multiple Firm Fixed Price Indefinite Delivery Indefinite Quantity Contracts with one (1) Sixty (60) month Ordering Period. The Government reserves the right to make a single award or no award as a result of this Solicitation. Contract minimum and maximum limitations may be satisfied by any combination of orders. Funds will be obligated for quantities ordered upon issuance of delivery orders, and not by the basic contract. In accordance with FAR 15.306(a) (3), it is the intent of the Government to evaluate proposals and may award without discussions. 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 US Army RDECOM Natick Contracting Division at https://www3.natick.army.mil. NOTICE: Complete proposals shall contain Contractors technical, manufacturability, past performance, price and sub-contracting areas to include certified ballistic testing data and Product Demonstration Systems (PDSs) (3 PDSs in a three hole, light coyote color in accordance with the RFP). NOTICE: All risk and costs associated with the preparation, completion, or submission of proposals belongs solely to the vendor. NOTICE: All data contained herein is for information only and is subject to change. In the event of discrepancy between the information shown on this Web Page and the actual solicitation documents, the actual solicitation documents and amendments there to shall govern. For a copy of the Performance Specification please email Nathan Jordan at Nathan.C.Jordan@US.Army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e26490f13e25ba979ce5adae1177258)
- Place of Performance
- Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02065951-W 20100218/100216234516-2e26490f13e25ba979ce5adae1177258 (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 |