Federal Bid

Last Updated on 10 Sep 2012 at 8 AM
Sources Sought
Natick Massachusetts

84--FREE Extreme Weather Outer Layer (EWOL) Parka and Trousers

Solicitation ID W911QY-RFI-EWOL
Posted Date 06 Jun 2012 at 2 PM
Archive Date 10 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Natick Massachusetts United states 01760
Description

The U.S. Army Product Manager, Soldier Clothing and Individual Equipment (PM-SCIE) is requesting capability statements from companies for the purpose of identifying technically capable and qualified potential sources for the Fire Resistant Environment Ensemble (FREE) Extreme Weather Outer Layer (EWOL) Parka and Trousers, see below for more information. These components will be used by the aviation and mounted combat soldier in a wide variety of operational and environmental conditions.

This is a request for information (RFI) and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. This market research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI received by the Government will not be accepted to form a binding contract. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The findings from this Market Research effort may impact any future solicitations related to this requirement The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI.

REQUIREMENTS

The general performance and physical characteristics for the FREE EWOL Parka and Trousers are stated in the attached GL-PD-12-19 material specification, GL-PD-12-20 Parka, Extreme Weather Outer Layer and GLD-PD-12-21 Trousers Extreme Weather Outer Layer

Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL format will be rejected and considered nonresponsive.

Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products.
No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 12 July 2012. Please address any questions about this request for information to Mr. Scott Gaumont via e-mail at [email protected].

Qualified sources are requested to electronically send their product information via email to: Scott Gaumont, email: [email protected].

Please include the following information in the body of your email in the following format:

1) NAICS code(s) under which you may provide these components

2) Company address, telephone number, primary contact(s) with e-mail address (es) and CAGE code.

3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov .)

4) Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, This can also include current or past performance of providing this or similar products to the Government.

5) Minimum and maximum delivery schedule per month and anticipated volume discounts.

6) An estimated cost of item or items.

7) Ramp schedule

8) All assumptions, including any assumed/required Government support.
Bid Protests Not Available

Similar Past Bids

Location Unknown 15 Apr 2013 at 1 PM
Location Unknown 05 Nov 2013 at 3 PM
Location Unknown 17 Oct 2019 at 2 PM
Location Unknown 13 Apr 2015 at 2 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
New york New york 20 Sep 2028 at 4 AM (estimated)
New york New york 20 Sep 2028 at 4 AM (estimated)