SOURCES SOUGHT
84 -- Vital Torso Protection - Full Rate Production
- Notice Date
- 8/8/2022 11:48:09 AM
- Notice Type
- Sources Sought
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-22-VTP-FRP
- Response Due
- 9/23/2022 2:00:00 PM
- Point of Contact
- Marianne Velez
- E-Mail Address
-
marianne.e.velez.civ@army.mil
(marianne.e.velez.civ@army.mil)
- Description
- Sources Sought Notice, Soldier Protective System (SPS) - Vital Torso Protection (VTP) Program - Enhanced Small Arms Protective Insert (ESAPI), Enhanced Side Ballistic Insert (ESBI), Xensoteria Small Arms Protective Insert (XSAPI) and the Xensoteria Side Ballistic Insert (XSBI). - Full Rate Production.� 1.� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The request is solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive any response from the Government. This notice does not constitute a commitment by the Government to offer a contract for any supply or service whatsoever. All the information submitted in response to this announcement is voluntary. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any are issued. If released, notification will be posted via the System of Award Management (SAM) website (www.sam.gov) for solicitation. It is the responsibility of the potential Offeror(s) to monitor this site for additional information pertaining to this requirement. 2.� This RFI notice is for all four (4) VTP plate design(s) information supporting the Army�s VTP FRP requirements. The VTP plates provide Soldiers with multiple levels of ballistic protection that can be tailored to modify the Soldier�s personal protection equipment level against direct and indirect munitions. 3.� Blunt trauma injury associated with Back Face Deformation (BFD) measurements and test standards will be in accordance with the current approved GovernmentDepartment of Operational Test & Evaluation (DOT&E) test protocols. The technical requirements for each ballistic insert are provided in the VTP AR/PD 13-01G (Draft), 26 February 2021, Superseding AR/PD 13-01F, 26 January 2020 including the threshold weight and ballistic performance requirements. Interested parties may request copies of the PD from the contracting office and receive copies electronically upon verification of a SAM account. The acquisition organization responsible for this effort is ACC-APG. 4.� The proposed project is expected to result in multiple Firm Fixed Price (FFP), Indefinite Quantity, Indefinite Delivery (IDIQ) contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors; therefore, the type of solicitation issued may depend, in part, upon the responses received to this notice. 5.� Respondents are encouraged to identify and describe any unique solutions that will result in effective and efficient operations and allow PM SPE to refine their requirements, as necessary. Any contract award(s) will be based on the overall ""Best Value"" solution for the Government. Evaluation criteria is planned to include the following five (5) factors: Technical (weight and ballistic performance), Price, Past Performance, Small Business Plan, and Quality Management System. 6.� The Offeror responses to this notice shall be limited to twenty (20) pages and should include the following information: � Offeror's name, address, point of contact, phone number, and e-mail address. � Offeror's interest in bidding on the solicitation when it is issued. � Offeror�s Capability to meet design requirements and design sustainability. � Offeror's capability to perform a contract of this magnitude and complexity (include in-house capability to execute comparable design work performed within the past five (5) years and a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least three (3) examples. � Offeror's detailed description of their proposed design solutions capability to meet ballistic performance requirements. � Offeror's shall develop a flow chart showing the supply chain, the work efforts at each location and production equipment to support plate manufacturing and control. � Offeror's shall identify methods for subcontractor management: subcontractor selection and rating criteria and surveillance strategy for the proposed design solutions to meet all performance requirements. � Offeror's shall identify their minimum and maximum production sustainment quantities for the proposed ballistic insert. � Offeror's small business type and Business Size (HUB Zone, Service-Disabled Veteran Owned Small Business, 8(a), Woman Owned, etc.). 7.� The Government plans to release a draft RFP to industry to solicit potential candidates and receive comments and questions, which will be considered for incorporation into the final RFP. 8.� Request interested vendors provide, no later than forty-five (45) days from the posting of this Notice, a detailed description of their proposed ESAPI, ESBI, XSAPI or XSBI plate designs that meet the PD requirements and the vendor's level of interest to participate in a possible competitive acquisition. Each vendor's response shall address specific size, weight, shape, performance and durability requirements as stated in the VTP PD. This information shall be provided via email to the ACC-APG point of contact, Ms. Marianne E. Velez at Email, marianne.e.velez.civ@army.mil. Submittals received prior to suspense stated above are greatly appreciated. Industry responses that arrive after the suspense may be rejected by the Government. 9.� Respondents to this notice shall designate a primary point of contact and one (1) alternate point of contact within the company. The point of contact information shall include the person�s: Name, Business Address, Email Addresses, and Telephone number. To comprehend the information contained within a response to this notice, there may be a need to seek further clarification from the respondents. This clarification may be requested in the form of a brief verbal communication by telephone or an email. The point of contact for this action is Robert Middleton at Telephone (508)-233-8907 or email robert.a.middleton.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/732e0fe74d8b4c7c9eb9a2f46007ba8e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06418592-F 20220810/220808230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |