SOURCES SOUGHT
84 -- Body Armor Ensemble Kits
- Notice Date
- 4/25/2023 2:13:21 PM
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-23-R-0W85
- Response Due
- 5/3/2023 10:00:00 AM
- Archive Date
- 05/05/2023
- Point of Contact
- Christopher Trotman- Contracting Officer
- E-Mail Address
-
christopher.r.trotman.civ@army.mil
(christopher.r.trotman.civ@army.mil)
- Description
- The U.S. Army Contracting Command - New Jersey (ACC-NJ) located at Fort Dix, NJ 08640, on behalf of the U.S. Army Criminal Investigation Division (CID), intends to procure Body Armor Ensemble Kits comprised of an Ultra-Low Visibility Vest (ULV) concealable body armor and an Overt Integrated Armor (OIA) level IIIA with CID markings and branding.� ACC-NJ is contemplating a single award, five-year, Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract or single award Blanket Purchase Agreement (BPA) for approximately 5,000 ULV/OIAs.� The Government anticipates procuring the ULVs/OIAs with Tyr Tactical, LLC in accordance with FAR 13.501(a)(1)(ii), 8.405-6(a)(1)(i)(B) or FAR 6.302-1(c), or similar regulation for acquisitions for brand-name or unique products, as Tyr Tactical products have undergone significant Government and ballistic testing as well as offer proven technical capabilities.� This sources sought seeks products from manufacturers other than Tyr Tactical and how those products meet or exceed the products and capabilities offered by Tyr Tactical, LLC.� This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government.� A contract may not be awarded as a result of this sources sought announcement.� It is anticipated that the Government will award one, single award IDIQ contract or BPA.� Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP) basis.� The anticipated period of performance for this effort shall be a twelve-month base period and four, twelve-month ordering periods and/or option periods.� In accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition.� Interested small business concerns that are qualified as a small business concern under the North American Industry Classification System (NAICS) 314999, with a size standard of 550 employees are encouraged to submit their capability packages and should identify your company�s small business size standard based on that code.� �Please submit capability statements demonstrating ability to deliver the products listed in the attached DRAFT Statement of Work (SOW) entitled SOW Department of the Army Criminal Investigation Division (CID) Body Armor Ensemble Kits.� This documentation shall address, at a minimum, the following: (1) Company profile to include company name, company address, points-of-contact information including name, phone number, and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, Unique Identity ID and a statement regarding current business size status under associated NAICS codes. (2) Capability to deliver the required quantity of products, on time, and in accordance with the Draft SOW.� All requirements of the Draft SOW shall be met, but specific capability addressing the Draft SOW, Section 6.2 regarding the Integrated Ballistic Framework shall be submitted.� (3) Substantiated with testing, capability to meet or exceed Tyr Tactical Ballistic Vest System with Ballistic Vein Component and Integrated Ballistic Framework.� (4) Capability to offer semi-form fitting body armor for both male and female (no unisex designs will be accepted).� (5) Results of Independent laboratory test results for NIJ ballistic resistance testing.� Including, but not limited to, details of the Workmanship Examination; Perforation and Backface Signature Test (P-BFS); and the Ballistic Limit (BL) Determination Test. (6) Operational life of proposed products.� Contractors are responsible for all costs for submitting their capability packages.� The CID Body Armor requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves.� The POC for this requirement is the Contracting Officer, Christopher Trotman, Christopher.R.Trotman.civ@army.mil. �All capability packages and SOW information/comments from Industry must be electronically submitted to the POC by 3 May 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POC must be UNCLASSIFIED responses to this notice.� PLEASE REVIEW THE ATTACHED FULL SOURCES SOUGHT NOTICE AND DRAFT STATEMENT OF WORK.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/74e3ff49d74f431bb0659076aae3f37f/view)
- Record
- SN06662361-F 20230427/230425230120 (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 |