SOURCES SOUGHT
A -- Textile Molding Services - Blanket Purchase Agreements
- Notice Date
- 7/5/2012
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K-2136-9020
- Response Due
- 7/16/2012
- Archive Date
- 9/14/2012
- Point of Contact
- Steven Streeter, 508-233-6180
- E-Mail Address
-
ACC-APG - Natick (SPS)
(steven.e.streeter4.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Introduction: Sources Sought - the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Warfighter Science, Technology and Applied Research Directorate (WARSTAR), intends to enter to award multiple blanket purchase agreements to supplement in-house work molding of ballistic test samples. NO SOLICITATION DOCUMENTS ARE AVAILABLE. It is intended that these agreements be set-aside for small businesses. The North American Industrial Classification System (NAICS) code is 314999 - All Other Miscellaneous Textile Product Mills, which has a small business size standard of 500 employees. Molding of Ballistic Test Samples Purchase Agreements (BPA) STATEMENT OF WORK 1. Background: The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) conducts research and development efforts for materials and systems offering ballistic protection for the Individual Soldier. NSRDEC also provides support to various customers in the same area. Multiple principal investigators are required to share equipment and often have requirements for the same equipment at the same time. In order to move the mission forward more efficiently and effective, increased capability is required for molding and manufacturing composite materials. The work performed under this Blanket Purchase Agreement (BPA) will supplement the NSRDEC in-house work. 2. Requirements: Contractor shall conduct molding of ballistic test samples (e.g., flat plate, helmet section/full, mandible) using government furnished materials and information. See paragraph 7. a. General Requirements. The contractor's primary focus shall be to provide all labor, materials and equipment except for ballistic materials and specialized molds which will be Government Furnished Equipment (GFE). b. Specific requirements: The contract shall utilize the following to conduct molding: (1)Molding machine which must be capable of working within the following parameters as a minimum: 40 to 175 psig steam heated (or greater); 0 to 50 psig or greater pressure, 0-60 degrees F temperature water cooled; 350 ton (or greater) compression molding machine; 24 inch by 24 inch (or greater) platens and/or be able to accept a 24 in by 24 in tool; 18-inch stroke (or greater); and 36-inches daylight (or greater) (2) Preheat machine that meets the following parameters as a minimum: 40 to 60 psig steam heated; 20 ton compression or greater; 20 inch by 20 inch platens or greater; 5-inch stroke (or greater); 5-inch daylight (or greater); or have available an oven capable of handling samples which are 20 inches(w) by 20 inches(l) by 20 inches (h). (3) A table in a room which is at least 10 ft by 12 ft for sample preparation near the preheat machine. A Gerber table for cutting would be highly desirable. (4) A scale for measuring weights to the 0.1 gram resolution and up to 2 kg. (5) A mold release (wax preferable) for use in the molding operation. 3. Period of Performance: The BPA shall be set up for a period not to exceed three (3) years. 4. Travel: Travel is not anticipated under this contract 5. Security: A security clearance is not required for this work. The contractor shall have the necessary provisions in place to handle proprietary information and will be required to describe the process as a part of their submission. The contractor shall be aware of the International Traffic in Arms Regulations restrictions and shall assign only US Citizens to work on this effort. 6. Personnel Qualifications: a. General Experience. It is essential the contractor have an understanding and demonstrated expertise in compression molding. b. Specialized Experience: The contractor shall make available at least one technician that is skilled in performing and cutting ballistic materials and in molding operations. The contractor shall have demonstrated experience, skill and understanding of compression molding of complex shapes and hybrid systems. The Government will provide the specific requirements for temperature, time and pressure and the contractor shall be able to adhere to the molding conditions specified (these conditions will be within those identified in requirements above). 7. Government Furnished Equipment/Information/Computer Utilization: The Government shall provide all ballistic materials, processing parameters and specialized molds for use under this contract. Multiple molds may be provided under this contract and upon completion of the work, all GFE shall be returned to the Government. 8. Other Direct Costs (ODC's): The Government anticipates shipping costs in returning the GFM and molds associated with this contract action. Specialized supplies required for performing these tasks will also be required. 9. Deliverables: Specific deliverables will be delineated in each BPA call. 10. Place of Performance: The primary place of performance for this work will be at the contractor's facility. 11. Contract Management/Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective services performed in accordance with the requirements contained in the statement of work. 12. Invoicing: The Contractor shall bill against each task within the BPA call. 13. Submission: 1) A brief overview of the firm's capabilities and experience on projects similar in scope 2) If applicable, any socio-economic classification(s): 8(a), HUB Zone, Woman Owned Small Business, Small Business, or Service Disabled Veteran Owned Small Business, etc. 3) Vendors must be actively registered on Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). 4) All submissions must include contact information, CAGE Code, DUNS Number and Tax Id Number (TIN). Companies or individuals interested in responding are invited to submit their information via email only to steven.e.streeter4.civ@mail.mil. Please send responses no later than 8:00 AM (EST) on 16 July 2012. All responsible sources may submit their qualifications and which will be considered by this agency per FAR 5.207 (c)(16). Contracting Office Address: ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011 Point of Contact: Steven Streeter, Supervisory Contract Specialist, 508-233-6180, steven.e.streeter4.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc731140d93cc520f6b24247520ae9bc)
- Place of Performance
- Address: ACC-APG - Natick (SPS) 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
- SN02794663-W 20120707/120705235012-fc731140d93cc520f6b24247520ae9bc (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 |