This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY‐24‐R‐0014. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023‐01, effective 1 December 2022.
The US Army Combat Capabilities Development Command Soldier Center (DEVCOM SC) has a requirement to establish one or multiple Blanket Purchase Agreements (BPA) in order to procure Next Generation Integrated Headborne Protection Systems (NG-IHPS), in support of the DEVCOM SC’s testing, research and development efforts during ballistic, blast overpressure and blunt impact events.
This is unrestricted using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 315990 ‐‐ Apparel Accessories and Other Apparel Manufacturing. The small business size standard is 600 employees.
DESCRIPTION OF REQUIREMENT:
The Contractor shall manufacture and deliver a quantity of NG-IHPS to DEVCOM SC.
a. General Requirements. The Contractor shall provide the following:
(1) A total quantity of 900 NG-IHPS helmets shall be manufactured, finished and delivered in the following size tariff: 100 size small, 200 size medium, 500 size large, and 100 size extra-large.
b. Specific Requirements: The contractor shall provide:
(1) All deliverables shall be manufactured, finished and packaged using the same fabrication and manufacturing process as an existing First Article Test (FAT) approved production design and in accordance with the design configuration management plan (CMP). A copy of the Aberdeen Test Center (ATC) FAT approval letter shall be included in the contractor’s proposal.
(2) No NG-IHPS FAT or lot acceptance testing (LAT) shall be included as a requirement for this effort.
(3) Helmets shall be permitted to have cosmetic defects only. Cosmetic defects shall be defined as any defect that is visual only and does not affect ballistic or non-ballistic performance of the helmet. Any cosmetic ‘blister’ or region of delamination shall be limited in size to one inch in diameter. Any cosmetic defect larger than one inch shall be considered non-compliant with this effort and shall require a replacement NG-IHPS.
(4) The contractor shall be the original equipment manufacturer (OEM) of the NG-IHPS with an existing US-based ballistic helmet production line.
Further description in Attachment 1 – DEVCOM Statement of Work (SOW) Date: 11MAR2024.
SUBMISSION REQUIREMENTS:
The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include:
*Although these quotes may include an estimate of time‐and‐materials based upon Government requirements, all Calls shall be Firm‐Fixed Price.
The responses to this solicitation/synopsis shall be submitted VIA E‐MAIL ONLY. Ensure that the e‐mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Proposals may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal.
EVALUATION CRITERIA:
BASIS FOR AWARD: Award will be made to the responsible vendor(s) that represent Best Value to the Government. The Government intends to evaluate submittals and award each BPA without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
The Factors that shall be used to determine Best Value, in order of importance are as follows: Technical/Facility Requirements, Past Performance, and Price. These factors are further described below:
The Contracting Officer may only award BPAs to responsible organizations whose proposals conform to this combined synopsis/solicitation and offer the best overall value to the Government. Any Offeror’s proposal that merely offers to perform work according to the terms of the RFP or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non‐responsive.
CLAUSES AND PROVISIONS:
The following clauses and provisions are incorporated by reference:
Provision 52.212‐1, Instructions to Offerors – Commercial Items, applies to this acquisition and Addenda to this clause are contained in the section entitled “SUBMISSION REQUIREMENTS” above.
Provision 52.212‐2, Evaluation ‐‐ Commercial Items, applies and specific evaluation criteria to be used are contained in the section “EVALUATION CRITERIA” above.
Provision 52.212‐3 Offeror Representations and Certifications – Commercial Items, Alt I, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 4 above.
Clause 52.212‐4, Contract Terms and Conditions ‐‐ Commercial Items, applies to this acquisition and the Statement of Work (SOW), Blanket Purchase Agreement, and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212‐4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), shall also incorporated by reference into and resultant Agreement.
Clause 52.212‐5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ‐‐
Commercial Items, applies to this acquisition.
ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE:
52.204‐2 Security Requirements
52.204‐7 System for Award Management
52.204‐10 Reporting Executive Compensation and First‐Tier Subcontract Awards 52.204‐13 System for Award Management Maintenance
52.204‐16 Commercial and Government Entity Code Reporting 52.204‐17 Ownership or Control of Offeror
52.204‐18 Commercial and Government Entity Code Maintenance 52.204‐20 Predecessor of Offeror
52.204‐21 Basic Safeguarding of Covered Contractor Information Systems
52.204‐22 Alternative Line Item Proposal
52.204‐26 Covered Telecommunications Equipment or Services‐Representation
52.209‐6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209‐10 Prohibition on Contracting With Inverted Domestic Corporations
52.219‐28 Post Award Small Business Program Representation
52.222‐3 Convict Labor
52.222‐21 Prohibition of Segregated Facilities
52.222‐22 Previous Contracts and Compliance Reports 52.222‐25 Affirmative Action Compliance
52.222‐26 Equal Opportunity
52.222‐35 Equal Opportunity for Veterans
52.222‐36 Affirmative Action For Workers With Disabilities
52.222‐37 Employment Reports on Veterans
52.222‐50 Combating Trafficking in Persons
52.223‐18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225‐13 Restrictions on Certain Foreign Purchases
52.232‐23 (Alt I) Assignment of Claims
52.232‐33 Payment by Electronic Funds Transfer‐‐System for Award Management 52.232‐39 Unenforceability of Unauthorized Obligations
52.232‐40 Providing Accelerated Payments to Small Business Subcontractors 52.245‐1 Government Property
52.245‐9 Use and Charges
52.247‐34 F.O.B. Destination
52.252‐6 Authorized Deviations in Clauses
52.253‐1 Computer Generated Forms
252.201‐7000 Contracting Officer's Representative
252.203‐7000 Requirements Relating to Compensation of Former DoD Officials 252.203‐7002 Requirement to Inform Employees of Whistleblower Rights
252.203‐7005 Representation Relating to Compensation of Former DoD Officials 252.204‐7000 Disclosure of Information
252.204‐7003 Control of Government Personnel Work Product
252.204‐7008 Compliance with Safeguarding Covered Defense Information Controls
252.204‐7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting 252.204‐7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204‐7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204‐7019 Notice of NIST SP 800‐171 DoD Assessment Requirements 252.204‐7020 NIST SP 800‐171 DoD Assessment Requirements
252.211‐7003 Item Identification and Valuation
252.211‐7007 Reporting of Government‐Furnished Property
252.213‐7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System‐ Statistical Reporting in Past Performance Evaluations
252.223‐7002 Safety Precautions for Ammunition and Explosives
252.223‐7003 Change in Place of Performance‐‐Ammunition and Explosives 252.225‐7048 Export‐Controlled Items
252.227‐7015 Technical Data–Commercial Items
252.227‐7027 Deferred Ordering of Technical Data or Computer Software 252.227‐7037 Validation of Restrictive Markings on Technical Data
252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports 252.232‐7006 Wide Area Work Flow Payment Instructions
252.232‐7010 Levies on Contract Payments
252.242‐7005 Contractor Business Systems
252.243‐7001 Pricing Of Contract Modifications 252.244‐7000 Subcontracts for Commercial Items
252.245‐7001 Tagging, Labeling, and Marking of Government‐Furnished Property 252.245‐7002 Reporting Loss of Government Property
252.245‐7003 Contractor Property Management System Administration
252.245‐7004 Reporting, Reutilization, and Disposal
252.247‐7023 Transportation by Sea
52.204‐24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
As prescribed in 4.2105(a), insert the following provision:
Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment (Oct 2020)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part
of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204‐26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212‐3, Offeror Representations and Certifications‐Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision
at 52.204‐26, or in paragraph (v)(2)(ii) of the provision at 52.212‐3.
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204‐25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.
as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(End of provision)
52.252‐1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
www.acquisition.gov (End of Provision)
52.252‐2 Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov
(End of Clause)
SUBMISSION OF PROPOSALS:
Proposals shall be submitted electronically to Linnea Jones and Alex Ayala at the Army Contracting Command, Aberdeen Proving Ground ‐ Natick Division via [email protected] and [email protected] All proposals shall be submitted by 3:00pm EDT on 26 July 2024.
**Proposals will only be accepted electronically via the e‐mail address provided above. It is the Offeror’s responsibility to confirm that their proposal submission has been received.
QUESTIONS:
Questions regarding this acquisition may contact Linnea Jones with a courtesy copy to Alex Ayala at the above listed email address. Questions must be received no later than five (5) business days prior to date for receipt of proposals.
AMENDMENT 1:
There is no CDRL (Attachment 4).
Attachments 1-3 have been added.