SOURCES SOUGHT
84 -- Ballistic Shields
- Notice Date
- 1/27/2016
- Notice Type
- Sources Sought
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- RMM012720161530
- Point of Contact
- Ryan M. Macdonald, Phone: 7035450701, Stephanie Powell, Phone: 7035450541
- E-Mail Address
-
ryan.m.macdonald.civ@mail.mil, stephanie.l.powell28.civ@mail.mil
(ryan.m.macdonald.civ@mail.mil, stephanie.l.powell28.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- I. Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. In order to proactively plan for future requirements, Washington Headquarters Services (WHS) is conducting market research to locate qualified and interested businesses to provide ballistic shields, as in this notice. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. II. Background This requirement is for the purchase of ballistic shields. The ballistic shields shall be designed to stop or deflect bullets fired at their carrier and mitigate the impact from the blast of an improvised explosive device. The shields are used for defensive and observational purposes, such as tactical clearing operations by a SWAT team, or patrol operations requiring an armed response to neutralize an active shooter. III. Instructions All interested businesses having the ability to deliver the required items may submit capability statements via email to the Contract Specialist, Mr. Ryan Macdonald, at ryan.m.macdonald.civ@mail.mil. Responses, in a Word, or Word-compatible document, shall be limited to no more than two (2) pages. "Responses from "all" sources are requested, including Small Businesses, 8(a) small businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses. Responses shall be submitted no later than Monday, 08 February 2016 at 11:59 a.m. (Arlington, Virginia Local Time). Capability statements will not be returned. Please provide the following information within your statement: (1) Company name. (2) CAGE Code. (3) Business size and, if applicable, socioeconomic status under NAICS Code 325211, Plastics Material and Resin Manufacturing. (4) Any other recommended NAICS Code for this effort, and your business' corresponding business size. (5) If applicable, contract vehicle(s) through which your company can provide the required items (e.g., GSA, BPA, IDIQ). (6) Company point(s) of contact and contact information. IV. Capabilities Capability statements must list specific products that would meet the specifications listed below. Companies that have the ability to deliver some but not all of the Government's required items are still encouraged to respond, specifying which items they can and cannot provide. Capability statements must also include an estimated delivery time from time of contract placement. •Ballistic product using DSM's Dyneema material or brand name equal •Dimensions: 20" x 30" x 7" Thick •Weight: 20.8 Pounds •Performance: NIJ Level III (3+) •Performance: Mitigates the impact from an explosion •Tested Against: 7.62x39mm "BZ" API Round •Turning block shield: Optimizes shield use in tactical situations V. Conclusion "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." WHS appreciates your assistance with this market research and emphasizes that this notice is for planning purposes only. Questions may be directed to the Contract Specialist, Mr. Ryan M. Macdonald at ryan.m.macdonald.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/RMM012720161530/listing.html)
- Place of Performance
- Address: 9000 Defense-Pentagon, District of Columbia, 20301, United States
- Zip Code: 20301
- Zip Code: 20301
- Record
- SN04001962-W 20160129/160127234028-37d0d16f168d31adbfdd22993dc43bf0 (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 |