SOURCES SOUGHT
25 -- Berry Amendment Compliant Seat Belt Webbing Material
- Notice Date
- 3/9/2018
- Notice Type
- Sources Sought
- NAICS
- 336360
— Motor Vehicle Seating and Interior Trim Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-RFI-20601
- Archive Date
- 4/24/2018
- Point of Contact
- Todd D. Ingold,
- E-Mail Address
-
todd.ingold@usmc.mil
(todd.ingold@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Berry Amendment Compliant Seat Belt Webbing Material NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Introduction: Program Executive Officer Land Systems (PEO LS), United States Marine Corps (USMC) has initiated this RFI to assess market availability and sourcing of domestically produced seat belt webbing material. The Berry Amendment requires certain items be grown, reprocessed, reused, or produced in the United States. Upon review of the applicable Federal acquisition laws, and regulations, PEO-LS has determined the textile fibers and yarns used in the manufacture of seat belt webbing require compliance with the Berry Amendment (i.e., 10 U.S.C. 2533a). The PEO LS has a requirement for up to 2,350 Turret Gunner Restraint System (TGRS) Kits. Seat belt webbing is a component of the TGRS Kit. The required seat belt webbing must meet the Type II specifications in commercial item description A-A-55242A unless indicated otherwise. The seat belt webbing material must also meet 49 C.F.R. section 571.302 "Flammability of Interior Materials" and 49 C.F.R. section 571.209 "Seat Belt Assemblies." The color of the seat belt webbing material shall be black. If there is compliant restraint webbing available domestically, please describe what production capacity is currently available. In addition, describe the ability of the webbing to meet the requirements set forth above. 1.1 Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this RFI, in support of PEO LS, to assess market availability and sourcing of domestically produced seat belt webbing material. 1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for Berry Amendment compliant restraint webbing availability that meets the specifications described above. 2.0 Requested Information: Respondents who are interested are requested to provide information that identifies their capability to provide Berry Amendment compliant seat belt webbing material that meets the requirements described in the Introduction, above and that is produced in the United States. 3.0 Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8 ½ x 11 in paper, no more than five (5) pages in length, using 12 point font. All responses must include the following information: (1) Name and address of applicant/company (Corporate/Principal Office) (2) Name, telephone number, fax number, and e-mail address of point of contact (3) General Service Administration (GSA) contract number (if applicable) (4) CAGE Code and DUNS Number (5) Business Size (under NAICS 336360) (6) White paper describing capabilities and relevant past performance. Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph-by-paragraph basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on this basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Please do not submit proposals at this time. The Government is only seeking sources and information for market research to determine the availability of commercial capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. It is the contractor's responsibility to check Federal Business Opportunities to obtain additional data. Responses shall be submitted via e-mail to todd.ingold@usmc.mil, no later than 1400 Eastern Time on 23 March, 2018. Telephone replies will not be accepted. 3.1 Questions Questions or comments regarding this notice may be addressed to Todd Ingold, todd.ingold@usmc.mil by email only. No questions will be accepted after 9 April, 2018, at 1300 Eastern Time. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to FedBizOpps so that all interested parties will benefit from the same information. It is industry's responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to industry's question include FOUO or classified information, only vendors who have provided the Government with their US Postal mailing address and valid CAGE code will be provided such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-RFI-20601/listing.html)
- Record
- SN04849566-W 20180311/180309231145-77d24bb3cfb83b71cd8446137dd9d34e (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 |