|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD, NATICK
MA 01760-5011 84 -- GLOVE INSERTS, IMPROVED (US MARINE CORPS) SOL w13g07-8180-6001
POC Contract Specialist -- Jeff Baldwin (508) 233-5920 (Site Code
DAAN02) U.S. MARINE CORPS (USMC) IMPROVED GLOVE INSERTS -- This is a
combined synopsis /solicitation for commercial items prepared in
accordance with the format in Subpart 12.6 and 13.1, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation for the subject items; offers are
hereby formally being requested and a written solicitation will not be
issued. The Request for Proposal (RFP) number is DAAN02-98-R-2030.
This document incorporated provisions and clauses in effect through
Federal Acquisition Circular 97-06. This requirement is one hundred
percent (100%) set aside for small business. The Standard Industrial
Classification (SIC) Code for this procurement is 2389 and the small
business standard is 500 employees. CLIN 0001 -- 1,250 pairs (will be
ordered at contract award), CLIN 0002 -- 10,000-150,000 (1st option
year), CLIN 0003 -- 10,000-150,000 (2nd option year), CLIN 0004 --
10,000-150,000 (3rd option year), and CLIN 0005—10,000-150,000
(4th option year). The ordering periods for the options (CLINs
0002-0005) shall be 12 months each. CLIN 0001 -- Medium weight glove
insert (Manzella Productions Model TS-40, OR EQUAL). Color: Olive Drab
Green 483. Estimated required quantity: 1,250 pairs in the base
ordering period, and four option years with a minimum quantity of
10,000 and a maximum of 150,000 pairs each. The U.S. Army Soldier
Systems Command (SSCOM), on behalf of the USMC, anticipates the award
an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the
Improved Glove Inserts as a result of this RFP. All units required in
the first delivery order, approximately 1,250 pairs, shall be delivered
within seventy (70) days after issue of that delivery order. Additional
units, if any are ordered, shall be delivered at a rate of not less
than 10,000 and not more than 30,000 units/month, starting one month
after exercise of the option and issue of the delivery order. All
deliveries under all delivery orders shall be completed no later than
30 March 2003. This represents the period of performance for the
contract. Except for the initial order of 1,250 pairs, all following
orders may only be placed in minimum quantities of 10,000 pairs. Each
delivery period shall be no more than 12 months in duration from date
of the order. Offerors shall propose the delivery period and unit
prices for the following step ladder quantities -- 10,000 units; 10,001
to 29,999 units; 30,000 to 49,999 units; 50,000 to 99,999 units; and
100,000 to 150,000 units. All deliveries shall be F.O.B. destination;
shipping costs will be borne by the contractor. Inspection and
acceptance shall be at Destination by the cognizant receiving
authority. The contractor shall assume that shipping destinations (and
approximate percentages) will include Camp Lejeune, NC (35%); Camp
Pendleton, CA (40%); Okinawa, Japan (15%), Hawaii (10%) and possibly
other CONUS destinations. A small portion of these items may be
required for delivery to other OCONUS destinations. Asindicated above
this is a "brand name OR EQUAL" requirement. This does not mean that
the Government intends to award the contract to the company named, but
rather that the Government recognizes the characteristics of the
specified item offered by the company are the characteristics
consistent with those required by the Government. As a result,
indicating that we require a particular product OR EQUAL provides a
solid basis against which offerors can measure their current products,
or develop new ones. With this said, the Improved Glove Inserts shall
be Manzella TS-40 Medium weight OR EQUAL with the following salient
characteristics: optimum balance of these fabric characteristics
(moisture wicking ability, warmth, durability, quick drying time,
comfort, breathability, and elasticity), construction which maximizes
protection from cold weather, and offers superior comfort in terms of
softness and ability to dry quickly during highly active levels of use.
Grip enhancement shall be provided on palm and finger front surfaces.
There shall be no melt-through to the interior surface facing the skin
when subjected to a 10 second exposure against a hot surface at .5 psi
contact, temp of 500 +/-5 degrees F, using apparatus described in ASTM
F 1060 Thermal Protective Performance of Materials for Protective
Clothing. The Improved Glove Inserts shall have a cuff length of 4"
(+/- 1/4"). The Improved Glove Insert shall adequately fit 90% of the
USMC initially and after 5 home launderings (machine wash: delicate
knit cycle 80 oF, and dry delicate cycle). Five sizes are desired. Bare
hand dimensions (length and circumference) are available upon request
for sizing guidance. The Glove Inserts shall be constructed to prevent
runs, snags, and abrasion wear-out especially at the fingertip,
thumb-tip, and at the base of the fingers and thumbs. Innovative
approaches for reinforcing these wear-out areas are desired for slight
commercial modification and are encouraged for submission along with
Technical Proposal requirements. Thickness of the Improved Glove
Inserts shall be between 0.18 to 0.19 inches per pair using a 1"
presser foot at 0.6 psi as described in ASTM D 1777 Measuring Thickness
of Textile Materials. Drying time shall not exceed 8 hours when tested
in acccordance with FTMS 191 A, Method 5502 with the following
modifications: Prior to initial weighing, the glove inserts shall be
conditioned for 24 hours at 70 +/- 2 degrees F, 50 +/- 2% relative
humidity. The entire glove insert shall be weighed, immersed in
distilled water for twenty minutes, removed from water and hung
vertically for 5 minutes, then placed horizontally between two pieces
of white AATCC textile blotting paper, and covered with a glass plate
under 10 pounds of pressure for twenty minutes. After blotting, the
specimen shall be weighed and the value compared to its original
weight. The specimen shall then be hung in a 70 +/- 2 degrees F, 50 +/-
2% relative humidity and the time required to return to within 1% of
the original dry weight shall be measured. The dyed Improved Glove
Insert shall show fastness after 3 launderings and perspiration equal
to or better than a "3-4" rating on AATCC Gray Scale for Color Change
and Staining when tested in accordance to AATCC-61 (TEST 1A) and
AATCC-15 respectively. The Government may, or may not, conduct this
test as part of the evaluation of offers. Offerors shall provide a
signed proposal to include: (1) one Glove insert sample in each size of
the item proposed (exact color not required), (2) offered prices of the
unit, in step ladder quantity and increments (1,250 pair for the first
order), and the total quantity price (3) description of the proposed
fabric content and construction, (4) any performance data supporting
the above salient characteristic requirements, (5) description of the
offeror's approach to meeting the USMC's delivery schedule including
information on facility/production capability (6) a sample piece of
cloth/yarn/paper of the color that the offeror's production glove
inserts will be produced from, and (7) description of past performance
under contracts for same or similar products, (8) quality assurance
inspection plan they intend to use throughout this contract, (9)
repairs and replacement procedures, (10) and warranty commitment.
Failure to submit any of this required information may result in
rejection of the offeror's entire proposal as non-responsive. The
offeror's proposals shall be evaluated with respect to (in descending
order of importance) -- Technical and Cost (both having equal weight),
Management, and Past Performance. Technical will evaluated through
examination of the samples' (glove insert and color swatch) compliance
with the aforementioned performance requirements as well as written
information provided by the contractor. This will also entail the
review of existing documentation on the textile properties of the
materials proposed, lab tests of the submitted samples (if deemed
necessary), and/or user feedback. Management will be evaluated by
examining the offeror's approach to meeting the required delivery
schedule, the offeror's quality assurance plan, and the offeror's
repair and replacement (warranty) commitment and procedures. Past
performance shall be evaluated through the review of information
provided by the contractor and other past performance information that
might be available to the Government from other sources. The resulting
contract will be awarded based on a "best value" basis; the Government
reserves the right to award a contract to other than the lowest priced
offeror if the other parts of that offeror's proposal warrant it. In
addition to the proposal information above, offerors must provide a
completed copy of the provision at FAR 52.213-3 with their offer. The
FAR clauses at 52.212-4, 52.212-5 (the following clauses thereunder are
applicable: 1,3 and 5-9), 52.216-18, 52.216-19, 52.216-22, 52.217-9,
52.222-24, 52.233-1, 52.247-34, and DFARS 252.205-7000, 252.206-7000,
252.211-7003, 252.212-7001, 252.225-7012, 252.227-7015, 252.243-7002,
and 252.247-7024 apply to this acquisition.All comments and questions
regarding this announcement/RFP must be provided in writing (i.e.
letter, facsimile, or E-mail) to the acquisition directorate, SSCOM, no
later than 17 August 1998. No telephonic responses will be accepted.
Comments and questions provided after this date will not be considered.
All proposals are due by 2:00PM on 08 September 1998, at: U.S. Army
Soldier Systems Command, Attn: AMSSC-AD (Baldwin), Kansas Street,
Natick, MA 01760-5011. The point of contact for this solicitation is
Jeffrey M. Baldwin, at telephone (508) 233-5920, facsimile (508)
233-5286, or E-mail jbaldwin@natick-amed02.army.mil. Only offers for
Improved Glove Inserts produced domestically will be considered. The
Government reserves the right to award multiple contracts if, at the
time of proposal evaluation, it is determined to be in the Government's
best interest. In no event will more than two (2) contracts be awarded.
If more than one contract is awarded, the Government will divide all
orders equally between the two contractors. However, should either of
the contractors prove unable to deliver quality products in accordance
with the required delivery schedules, or if the quantities required
are so low that multiple orders do not make any sense, the Government
reserves the right to issue an order to only one of the contractors.
Posted 08/11/98 (I-SN235526). (0223) Loren Data Corp. http://www.ld.com (SYN# 0466 19980813\84-0004.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|