This announcement is meant to maximize competition with commercial entities for an opportunity to supply NIB-associated non-profit agencies (NPA) with the ballistic insert of the NAPE Pad.

Solicitation Number: CP-08-12-12
Agency: Comm for Purchase from People Who Are Blind or Severely Disabled
Office: Committee for Purchase
Location: Committee for Purchase
  • Print
:
CP-08-12-12
:
Combined Synopsis/Solicitation
:
Added: Dec 12, 2008 8:04 am Modified: Dec 23, 2008 10:28 amTrack Changes

  


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation is being requested as a Request for Quote (RFQ); solicitation number is (CP-08-12-12) as a Firm Fixed Price (FFP) type contract with fixed unit prices.  The Government anticipates making contract award NLT 30 January 2009.


 


•1.      Background


Through the Javits-Wagner-O'Day Act and the Ability One Program, National Industries for the Blind, hereinafter referred to as NIB, is the sole source for providing the Neck Armor Protective Enhancement Pad (NAPE) to the US Government (USG) and its subordinate agencies.  This announcement is meant to maximize competition with commercial entities for an opportunity to supply NIB-associated non-profit agencies (NPA) with the ballistic insert of the NAPE Pad.


The NAPE Pad is designed to protect combat soldiers' exposed neck areas from ballistic fragmentation and is functionally integrated with the Improved Army Outer Tactical Vest (FQ/PD 07-05) and the Army Advanced Combat Helmet (CO/PD-05-04).


 


Specifically, NIB is seeking commercial entities that have experience in providing ballistic inserts for the NAPE Pad that meet or exceed government specifications as outlined in


GL-PD-08-09B (Dated 18 November 2008).  The insert is comprised of two (2) key components:


 



  1. Ballistic Insert.  The Armor Layer of the Ballistic Insert shall be comprised of contiguous layers of ballistic protective material cloth, sewn together in a single stack in a configuration that allows maximum flexibility and comfort for the wearer.  The ballistic insert shall not exceed a maximum 0.30 inch thickness.  Adjacent layers within the ballistic material system shall demonstrate abrasion resistance against each other for a minimum of 2,000 cycles with no broken surface characteristic or delamination of abraded area when tested as specified.  This requirement applies to layers of homogenous filler, any two adjacent layers of different materials if hybrid filler is used and filler layer in contact with insert cover.


•b.      Insert Cover Material.  The Insert Cover material shall be textured cloth with Durable Water Resistant (DWR) finish.  The color of the insert cover material shall be black


Specifically these inserts must:


•a.       Meet testing requirements set forth by GL-PD-08-09B (Dated 18 November 2008) paragraphs 3.12, 3.12.1 and 3.12.2.  (Submittal of test reports from a Ballistic Laboratory certified by the National Industries of Justice is required.)


Change: Submission of testing data accomplished by the organization to date (and sponsor) from previous contracts with direct relevance to this synopsis as well as either scheduled plan to test at a NIJ Facility independently or as part of the First Articles Process is adequate for this submission


•b.      Demonstrate both Fragmentation Protection as well as Handgun Protection as described in GL-PD-08-09B (Dated 18 November 2008), Section 3.12.1 and 3.12.2.


Change: Submission of testing data accomplished by the organization to date (and sponsor) for the submitted pad as well as either scheduled plan to test at a NIJ Facility independently or as part of the First Articles Process is adequate for this submission


•c.       Meet weight, thickness, stiffness, flame resistance, finished measurements and verification standards as proscribed in GL-PD-08-09B (Dated 18 November 2008).


Change: Submissions should call out changes in submitted samples and how the    organizations will meet specifications for First Article Submission


Please note that the preceding requirements are not being waived however in an effort to ensure the widest amount of competition and the shortened timeline     for submissions NIB will allow the selected respondent the opportunity to meet the requirements outlined in GL-PD-08-09B  (Dated 18 November 2008) through First Articles Testing as well as independent organization schedules.


It is incumbent that respondents to this solicitation understand that should your organization be selected you will be required to meet all aspects of  GL-PD-08-09B (Dated 18 November 2008) including ballistic protection,  weight, thickness, stiffness, flame resistance, finished measurements and verification standards and assist NIB in the First Article Preparation phase of the acquisition process.


•2.      Scope of the Program:


There is an opportunity for commercial entities to supply the complete ballistic insert (insert and cover) of the NAPE Pad to NIB's non-profit agencies who will then manufacture the external NAPE Pad cover and distribute the completed NAPE Pad to the U. S. Government.


 


The Government's requirement at this time is for a quantity of 517,000 NAPE Pads to be purchased over a one year period.


 


NIB's goal is to provide the US military and the Department of Defense with the best-performing NAPE Pad that meets or exceeds government specifications at a fair market price while creating the maximum possible amount of direct labor operations for the blind employees working in NIB-associated agencies.  Therefore, your response to this Combined Synopsis/Solicitation should include the following:


 


•1.                  Verification that your ballistic inserts meet or exceed government specifications as outlined in GL-PD-08-09B (Dated 18 November 2008).  (Please provide copies of all test reports from a Ballistic Laboratory certified by the National Industries of Justice. If awarded a contract, you will be required to assist NIB in any First Article Preparation to include all applicable testing requirements for first article and production quantities as outlined in the specification.


 


See changes above


 


•2.                  Information pertaining to prior significant and related work experience or expertise in the area of NAPE Pads. Offerors shall provide the five largest accounts/contracts/projects within the last two years for which they have provided services and/or supplies of a relevant nature.  Offerors shall include at least (2) points of contact and a telephone number for each account/contract, a description of the supply which was provided, as well as a brief performance history on each of those accounts/contracts.


 


•3.                  Descriptions of production capacity and, if necessary, plans/timelines to increase capacity if you are awarded a contract.  Because the government requirement is subject to change, submitted quotations should be based on an annual estimated quantity of 517,000 NAPE Pad components over a one year period.  Alternately, pricing on quantity breaks can be supplied (for 200K, 400K and 500K units) with timelines given for moving from one quantity to next accompanying the pricing.


 


•4.                  Submitted quotes that include both FOB origin and FOB destination pricing to Greensboro, NC and Morristown, TN.  NIB understands that component pricing may vary from one supplier to another, however the production of the finished NAPE Pad will take place at the above listed cities.


 


•5.                  Prices should include any royalties based on valid patents, if any.  Your response should identify all pending patent applications and issued patents that you own or license from another party and reasonably believe cover your ballistic insert including specifying the application number and filing date of any pending patent applications and the patent number of any issued patents, respectively.


 


•6.                  Assurance of control during transit (traceability).


 


•7.                  Proposed packaging for shipment.  The preference for this product is bulk.


 


•8.                  Successful respondents will be required to enter into a written contract with NIB and/or its participating agencies that will incorporate some or all of the terms of your response to this RFQ, as well as other customary terms and conditions.


 


Please forward your quote(s) along with 3 samples of pad sets and/or individual sub-components to each of the following:


 


National Industries for the Blind


1310 Braddock Place


Alexandria, VA 22314


Attention: Mr. Brian Hayes


 


Lions Volunteer Blind Industries, Inc.


758 West Morris BLVD


Morristown, TN 37814


Attention: Mr. Fred N Overbay


 


Industries of the Blind, Inc.


PO Box 2544


920 West Lee Street


Greensboro, NC 27402


Attention: Mrs. Betsy Thorne


 


•(a)    National Industries for the Blind will award a contract resulting from this solicitation to the responsible offeror whose offer (conforming to the solicitation) will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers: Past Performance, Technical Capability and Price.  When evaluating offers, technical merit is considered more important than price.  As technical proposals become more equal price will be the determining factor.

(b) Options.  The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced (cost of ballistic insert versus total cost of NAPE Pad delivered to the USG).  Evaluation of offers shall not obligate the Government to exercise the option.


 (c) All submissions must be received by close of business January 8, 2009 to the POC's  listed above. Any further correspondence and/or questions regarding this announcement should also be directed in such a manner.  Please note that final submissions by e-mail or fax are not permissible.


 


3. Clauses Incorporated by Reference

























































































































































































































52.202-1



Definitions



JUL 2004



 



52.203-3



Gratuities



APR 1984



 



52.204-7



Central Contractor Registration



JUL 2006



 



52.209-3



First Article Approval--Contractor Testing



SEP 1989



 



52.222-3



Convict Labor



JUN 2003



 



52.222-19



Child Labor -- Cooperation with Authorities and Remedies



AUG 2007



 



52.222-21



Prohibition Of Segregated Facilities



FEB 1999



 



52.222-36



Affirmative Action For Workers With Disabilities



JUN 1998



 



52.222-37



Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans



SEP 2006



 



52.222-50



Combating Trafficking in Persons



AUG 2007



 



52.225-1



Buy American Act--Supplies



JUN 2003



 



52.225-13



Restrictions on Certain Foreign Purchases



FEB 2006



 



52.229-3



Federal, State And Local Taxes



APR 2003



 



52.232-8



Discounts For Prompt Payment



FEB 2002



 



52.232-11



Extras



APR 1984



 



52.232-33



Payment by Electronic Funds Transfer--Central Contractor Registration



OCT 2003



 



52.233-1



Disputes



JUL 2002



 



52.233-4



Applicable Law for Breach of Contract Claim



OCT 2004



 



52.243-1



Changes--Fixed Price



AUG 1987



 



52.246-2



Inspection Of Supplies--Fixed Price



AUG 1996



 



52.246-15



Certificate of Conformance



APR 1984



 



52.247-48



F.O.B. Destination--Evidence Of Shipment



FEB 1999



 



52.249-2



Termination For Convenience Of The Government (Fixed-Price)



MAY 2004



 



52.249-8



Default (Fixed-Price Supply & Service)



APR 1984



 



252.203-7001



Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies



DEC 2004



 



252.204-7004 Alt A



Central Contractor Registration (52.204-7) Alternate A



SEP 2007



 



252.209-7004



Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country



DEC 2006



 



252.225-7002



Qualifying Country Sources As Subcontractors



APR 2003



 



252.225-7012



Preference For Certain Domestic Commodities



JAN 2007



 



252.225-7013



Duty-Free Entry



OCT 2006



 



252.243-7001



Pricing Of Contract Modifications



DEC 1991



 



252.243-7002



Requests for Equitable Adjustment



MAR 1998



 



252.244-7000



Subcontracts for Commercial Items and Commercial Components (DoD Contracts)



JAN 2007



 



252.246-7000



Material Inspection And Receiving Report



JAN 2008



 



252.247-7024



Notification Of Transportation Of Supplies By Sea



MAR 2000



 




 4. Clauses Incorporated by Full Text


52.211-16     VARIATION IN QUANTITY (APR 1984)


 (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below.


 


(b) The permissible variation shall be limited to:


2% Percent increase


2% Percent decrease


This increase or decrease shall apply to CLIN TBD.


 


•5.      General Information:


NIB reserves the right to issue the Combined Synopsis/Solicitation to other known suppliers of NAPE Pads and ballistic pad components.


 NIB understands that potential suppliers may have concerns related to patents or proprietary processes.  NIB respects the valid intellectual property rights of others and will adhere to strict confidentiality regarding such.

:
1421 Jefferson Davis Highway
Jefferson Plaza #2, Room 10800
Arlington, Virginia 22202-3259
:
Committee for Purchase From People Who Are Blind or Severely Disabled, 1421 Jefferson Davis Highway, Jefferson Plaza 2, Suite 10800
Arlington, Virginia 22202-3259
United States
:
Joan Smith,
Business Management Specialist
Phone: 703-603-2131
Fax: 703-603-0659