Body Armor Vest
? Body Armor Vest (RFI) [Additional Information] THIS IS a REQUEST FOR INFORMATION (RFI) in support of United States Special Operations Command (USSOCOM) for market research intended to find a Body Ar... ? Body Armor Vest (RFI) [Additional Information] THIS IS a REQUEST FOR INFORMATION (RFI) in support of United States Special Operations Command (USSOCOM) for market research intended to find a Body Armor Vest capable of meeting the requirements. This opportunity is being afforded to commercial industry by USSOCOM. The intent of this opportunity is to assess the initial suitability and effectiveness of applicable systems. This is a request for information (RFI) and does not constitute a solicitation or request for proposal. The findings from this Market Research effort may impact any future RFIs related to this requirement. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Any information and/or samples submitted may not be returned, and no payment will be made by the Government for such samples. Responses to this notice are to be sent to the RFI POC below. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement(s). There is no cost to the government for contractor's response to this RFI in any form. A. INSTRUCTIONS TO OFFERORS 1. This request/synopsis is open to all interested parties. Please identify any categories pertaining to your business: (certified 8(a), certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)). Responses are restricted to U.S. firms that are established and registered in Central Contract Registration (CCR). The NAICS code for this effort is 315990. 2. Product samples. If sent, product samples shall be submitted at or prior to the time specified for receipt of offers. These samples shall be submitted at no expense to the Government, and returned at the sender's request, unless they are destroyed during testing. Note: No product samples are REQUIRED. If the offeror desires, they may include one working prototype sample. 3. Requested Capabilities. Attached .pdf. 4. Multiple offers. Offerors are encouraged to submit no more than two offers for satisfying the requirements of this RFI. 5. Questions. Questions reference the RFI should be submitted to alan.g.chisholm.civ@mail.mil no later than 17 May 19. 6. Offerors are responsible for submitting offers so as to reach the Government office designated by the RFI by the time specified in the RFI. If no time is specified in the RFI, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. 7. The government will conduct the testing. The government will not be held responsible for any damages to the equipment submitted during testing. Participating OEMs / vendors may be afforded an opportunity to receive a briefing prior to the beginning of initial tests, but vendors will not be allowed to observe testing. B. PROPOSAL PREPARATION INSTRUCTIONS Offeror's proposal shall comply with the following: Two volumes shall be written for each BAV proposal - consisting of technical and price. All data, materials, and sample item requirements must be included. Proposals must be organized as described below. The required information in the form outlined below (see below; 1. Volume I - Technical Factor, (a) Proposals should include) of each system offered must be delivered CCDC-SC , ATTN: Mr. Alan Chisholm, BLDG 4 RM D-017, 15 General Green Ave, Natick, MA 01760-5019, no later than 4 JUN 2019 at 12:00 pm EST. VOLUME CONTENT Number of Copies to Submit Volume I Technical (1) original, (1) copies, and (1) CD Volume II Contract/Price (1) original, (1) copy, and (1) CD CLASSIFIED DATA: No classified data shall appear in the proposal and shall not be submitted electronically. Should an Offeror believe a need exists to provide classified information to support their proposal, they should contact the program office to explain this need, and if necessary, coordinate for separate instructions. 1. Volume I - Technical Factor a) Proposals should include: i) A use and care manual for each product used in each potential system; including name, model number, and picture of the product. ii) Please include feedback / questions with regards to any requirements or technical characteristics within this RFI, and any other characteristics / specifications which would be difficult and/or unattainable. iii) While no demonstration models are being requested, each manufacturer may, at their own discretion and expense, include up to 5 sets along with the requested information, to facilitate the government's assessment. Note: a 'set' consists of all of the components that comprise one system that will meet the requirement. If submitting demonstration models a tariff of 2 Medium:2 Large:1 Extra Large is requested. In addition, and as necessary provide a test report for every claimed or stated performance or compliance with published standards; including the test agency, date of test, name, model number, and picture of the product / system tested. 2. Volume II: Contract/Price (a) The pricing goal is to keep overall costs at the minimum level, while achieving the functional and operational capability required for the system. Technical factor more important than cost/price. (b) The entirety constitutes the offeror's price proposal for this acquisition, to include Quantity Discount Rates. These should be for complete kits for up to 5 years. 1 to 50 _______ 51 to 100 _______ 101 to 500 each _______ 501 to 1,000 each _______ 1,001 to 1,500 each _______ METHOD of Evaluation: Assessment of the Operational Suitability, Safety and Effectiveness of the Test Article Systems, according to the desired measures of effectiveness; both suitability and performance. MEANS: Each submitted proposal will be reviewed against the program requirements and assessed as best suited for further, follow on testing. /END OF DOCUMENT/
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »