Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOURCES SOUGHT

84 -- Buoyant Ballistic Protection Request for Information and Sources Sought

Notice Date
11/23/2010
 
Notice Type
Sources Sought
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-11-X-0002
 
Response Due
12/30/2010
 
Archive Date
2/28/2011
 
Point of Contact
KAREN, 4102785405
 
E-Mail Address
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(karen.gibson2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND: Product Manager - Soldier Protective Equipment(PM-SPE)is seeking technical information from manufacturers regarding the availability of Commercial-off-the-Shelf (COTS) or Government-off-the-Shelf GOTS)buoyant ballistic protection for use on or around Army watercraft. DESCRIPTION: The buoyant ballistic system must provide protection and buoyancy requirements as defined below. After review and evaluation of industry submissions, samples of the most desirable candidate products may be procured for a Soldier evaluation to evaluate the effectiveness of the products identified and determine their suitability for Army use. " United States Coast Guard (USCG) non-inflatable Class V buoyancy personal flotation device (PFD) certification " Minimum required coverage area 575 square inches (size medium) " Provide 9mm, fragmentation protection for area of coverage " Accept Enhanced Small Arms Protective Inserts (ESAPI) and Enhanced Side Ballistic Inserts (ESBI) to provide 7.62mm AP rifle protection --For all configurations utilizing a hard armor insert for rifle protection, the soft armor shall extend at least one (1) inch beyond the edge of the plates in all directions " The system must be lightweight, flexible (without ballistic inserts), and provide a comfortable and secure fit preventing the system from shifting. Threshold weight of the system (size medium minus hard armor insert) should be no more than 22 lbs. " The system must minimize bulk to allow egress through a vertical hatch measuring 26 inches tall by 66 inches wide (T), and 26 inches tall by 54 inches wide (O). " Add on components, that when added to the Soldier Plate Carrier System (SPCS) and/ or Improved Outer Tactical Vest (IOTV) produce a system that meets the above description, are also of interest. Responses from interested businesses should include the following: 1) Business name, address, and point of contact information (name, email and phone number). 2) Information on existing contracts, such as GSA or other Government agency contracts, under which the required items could be purchased. 3) Product description, technical specifications (to include (for a size medium) system weight, area of coverage, area density of soft armor package, buoyancy provided by system in lbs, and system volume), cost (each), NIJ certification of ballistic performance, USCG Class V buoyancy certification, and discussion of compliance with performance requirements listed above. 4) Discussion of warranty provisions. Please only submit information on products that are currently commercially available or products that are in the final stages of development. All products must comply with the Buy American Act and the Berry Amendment. The Government will not pay for information or products received in response to this RFI and is in no way obligated by the information received. Inclusion in this RFI does not constitute Department of the Army approval for, or acceptance of, any product. Proprietary information should be clearly marked and will not be disclosed outside the U.S. Government. Please submit responses NLT COB 30 December 2010. Responses shall be sent via e-mail to the RDECOMCC, Karen Gibson, at Karen.gibson2@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f3270899ea5f43168753d76ffe97d1b)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02333189-W 20101125/101123234726-4f3270899ea5f43168753d76ffe97d1b (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.