|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1999 PSA#2345U.S. Army Materiel Command, Natick Contracting Division, Attn:
AMSSB-ACN, Natick, MA 01760-5011 84 -- COLD WEATHER CANTEENS SOL W13118-9085-3001 POC Peggy Dube,
Contract Specialist, 508-233-5286 (Fax) WEB: U.S. Army Materiel Command
Acquisition Center Web Site, http://www3.natick.army.mil/. E-MAIL:
Peggy Dube, Contract Specialist, pdube@natick-amed02.army.mil. The U.S.
Army Research & Development Enterprise at the Soldier and Biological
Chemical Command has a requirement for the procurement and fielding of
either a cold weather canteen or a cold weather canteen and cup
configuration in accordance with applicable performance descriptions.
The canteen and cup will be used with the Army standard insulated
carrier by soldiers in an Arctic environment. The Request for Proposal,
Performance Descriptions, and other associated documents will be
available for viewing and downloading on the world wide web in mid to
late June 1999 at: "http://www3.natick.army.mil/". The Cold Weather
Canteen acquisition will be conducted under full and open competition
rules. Any firm wishing to be notified of amendments should send an
email to: "pdube@natick-amed02.army.mil" The Government anticipates
awarding multiple Fixed Price contracts (up to 3 within funding
constraints) for the Phase I (CLIN 0001) effort (50 units -- Production
Demonstration Models (PDM)). Based on the results of conformance
testing and best value evaluation of Phase I PDMs, the Government will
select the contractor(s) for the next Option CLIN. Phase II (CLIN
0002) is an option entitled Specification Prove-out/Extended Field Test
Items for not more than 10,000 units total of all the configuration(s)
selected from Phase I. Phase III (CLIN 0003) is an option entitled
Extended Production for an additional quantity of up to 7,000 units of
the final, selected configuration chosen as a result of downselection
Phase II configurations based on technical testing and field/user
evaluation. Technical data (CLIN 0004) is required for Phases I and II
only. F.O.B. Destination for CLIN 0001. F.O.B. Origin for CLINs 0002
and 0003; final acceptance for count and condition at Destination. The
required delivery date for CLIN 0001 is 90 days after contract award
(ACA) and the desired delivery date is 60 days ACA. The required
delivery date for CLIN 0002 is 75 days after exercise of option and the
desired delivery date is 30 daysafter exercise of option. The required
delivery date for CLIN 0003 is 75 days after exercise of option and
the desired delivery date is 30 days after exercise of option. No hard
copies of the RFP will be issued. All offerors must download RFP and
attachments/exhibits from the world wide web. Proposals will be
required to be submitted in hard copy within 30 days of the issuance of
the formal RFP on the world wide web. This acquisition is being
procured as full and open competition. However, for purposes of
representations and certifications, the possible Standard Industrial
Classification Codes (depending on manufacturing materials used) are
3479, 3085, 3089, or 3999 (500 employees) or 3411 (1,000 employees).
Point of contact is Peggy Dube, Contracting Specialist at
"pdube@natick-amed02.army.mil" or Judith L. Uthoff, Contracting Officer
at facsimile (508) 233-5286 or email juthoff@natick-amed02.army.mil
Posted 05/11/99 (W-SN330152). (0131) Loren Data Corp. http://www.ld.com (SYN# 0385 19990513\84-0001.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|