Virginia Bids > Bid Detail

Integrated Head Protection System (IHPS) - Mandible Component

Agency:
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159253845393176
Posted Date: Oct 31, 2023
Due Date: Nov 15, 2023
Source: https://sam.gov/opp/ea6a9f3162...
Follow
Integrated Head Protection System (IHPS) - Mandible Component
Active
Contract Opportunity
Notice ID
W91CRB_IHPS_Mandible_Component
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 31, 2023 11:06 am EDT
  • Original Response Date: Nov 15, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8470 - ARMOR, PERSONAL
  • NAICS Code:
  • Place of Performance:
    Fort Belvoir , VA
    USA
Description

PEO Soldier



Soldier Survivability (SSV)



Soldier Protective Equipment (SPE)



Next Generation - Integrated Head Protection System (NG-IHPS) Mandible



1.0 Description



1.1 Product Manager, Soldier Protective Equipment (PdM SPE) is seeking information on the availability to manufacture the mandible component for the legacy Integrated Head Protection System (IHPS) and Next Generation (NG) IHPS.



1.2 This RFI is solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government is currently planning future efforts for the legacy IHPS and NG IHPS and components; however, solicitations are not available at this time and any requests for a solicitation will not receive a response. This notice does not constitute a commitment by the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government will allow vendors who do not respond to this RFI to participate in any future RFP issued on this system. If the Government releases a solicitation, it will be synopsized on the official U.S. Government website at SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this request.



1.3 The purpose of this RFI is to identify and determine capabilities in the existing marketplace, as well as understand the level of interest of potential sources in future solicitations that the Government may release for this effort. An affirmative statement must be included in any response provided to the Government regarding the respondent’s intention to participate in any future solicitations either as a prime contractor or supplier for the Mandible. The Government is requesting White Papers solely for internal Government purposes and to further develop or refine Statement of Work (SOW) requirements. The Government will not use the White Papers received as a basis for making any future award determinations. The Government will take appropriate measures in the management of the information received in response to this RFI and will store the documentation in accordance with Government standards to prevent the dissemination of any sensitive information to the public.



1.4 This RFI is collecting information from vendors to determine the readiness, capability, and timeframe of interested IHPS component manufacturers and their intentions to participate in a potential competitive acquisition for the IHPS mandible. Minimum estimated quantity is 35,000. All deliveries to be made within 48 months of contract award.



2.0 Technical Requirements



2.1 Purchase Descriptions (PDs). The NG IHPS Mandible shall meet all the requirements in the following PD.



- AR/PD 17-04 w/ Amendment 1: IHPS Mandible, 10 AUG 2020



This document covers the ballistic and non-ballistic performance and verification requirements for the NG IHPS Mandible. Interested parties may request copies of the PD from the contracting office. This document has been designated as limited distribution material. Interested parties may request access to the secured document via the System for Award Management (SAM) system. Upon receipt of request via SAM, interested parties will be required to complete and submit a detailed Request for Access Form which will be provided to the email the initial SAM request was made from. Interested parties are cautioned that access to the secured documents may take multiple days to process request.



3.0 Responses



3.1 Interested parties shall respond to this RFI with a White Paper.



3.2 White papers in Microsoft Word for Office 2013 compatible format or Adobe Portable Document Format (pdf) are due no later than 15 calendar days after the posting of this RFI. Responses shall be limited to 30 pages and submitted via e-mail only. Submit responses to Contract Specialist, Marianne Velez at marianne.e.velez.civ@mail.mil and Contracting Officer, Theresa Quick at theresa.s.quick.civ@army.mil. Vendor’s will minimize proprietary information contained in responses and clearly mark any proprietary information included in their response. To aid the Government, vendors will segregate proprietary information. All submissions become Government property and will not be returned.



3.2.1 Technical Points of Contact:



MAJ Matthew Nulk, AV, Head Protection APM, matthew.p.nulk.mil@army.mil (703) 704-0869



Donald Jacobs, Contractor, Acquisition Specialist, First Division Consulting donald.k.jacobs.ctr@mail.mil, (703) 704-2874



Alex de Groot, Lead Engineer, alex.l.degroot.civ@mail.mil, (703) 704-3309



3.3. The White Paper submission must address the requirements in Section 2 and include the following information:



3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.



3.3.2. For informational purposes, the type of contract vehicle selected for the mandible procurement will be firm fixed price to a single awardee.



3.3.3. Business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) Code 315990 Apparel Accessories and Other Apparel Manufacturing. “Small business concern” means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in Code of Federal Regulations (CFR) 13 CFR part 121, Small Business Size Regulations. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 500 employees. The Government cautions responders that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19, Small Business Programs, for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov.



3.3.4. Facility security clearance of the offeror. Offerors will include the level of their facility security clearance in the response. Required facility security clearance of the offeror is secret.



3.4. Additional Required Information.



3.4.1 The delivery requirements for the IHPS Mandible are very challenging and will include specific quantities in a timeframe that will support Soldier and unit deployments. Respondents must address monthly and annual production capabilities for the Government to assess the ability to meet current and planned future deployment schedules.



3.4.2 Army requirements for deploying units will most likely change and will vary in both the near and long term. Responses to this RFI must address, in detail, the respondent’s capabilities to establish and maintain a production capacity that can meet critical delivery requirements, including providing all supplier materials on time and in quantities that will support the NG IHPS component deliveries.



3.4.3 Assuming a solicitation is released today for the NG IHPS acquisition:




  1. When (what date) will you have mandible tooling in place?

  2. When will you have internal testing completed

  3. When will you have a final design and testing completed to submit design and test data to the Government in response to a future request for proposal?

  4. How many days after contract award will it take you to present FAT samples to DCMA? (Assure FAT priorities are as described in AR/PD 17-04, Mandible 10 AUG 2020)

  5. What is your monthly sustainable production rate?

  6. What is your maximum monthly production rate?



4.0 Summary



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to collect information and identify sources that can meet all of the requirements for a combat helmet and components, as described in the respective PDs. The information provided in this RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed in this RFI. Vendors should not construe the Government’s release of this RFI as a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions immediately become property of the Government and will not be returned.


Attachments/Links
Contact Information
Contracting Office Address
  • 6515 INTEGRITY COURT
  • ABERDEEN PROVING GROU , MD 21005-5001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 31, 2023 11:06 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >