Air Combat Equipment (ACE) Requirement

Agency:
State: Alabama
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159150153259172
Posted Date: Feb 8, 2024
Due Date:
Source: Members Only
Air Combat Equipment (ACE) Requirement
Active
Contract Opportunity
W58RGZ-24-R-0050
Related Notice
Contract Line Item Number
Department/Ind. Agency
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 08, 2024 03:34 pm CST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 28, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8475 - SPECIALIZED FLIGHT CLOTHING AND ACCESSORIES
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description View Changes

The purpose of Amendment 13 is to do the following:



1. Provide amendment 0006 of the Solicitation W58RGZ-24-R-0050.



2. Provide updated drawing 1050955RevD.



3. Extend the Solicitation W58RGZ-24-R-0050 proposal due date to 13 February 2024, 1700 CST.



4. Provide updated Attachment 0004, ACE Vendor Questions Formal RFP 8FEB24 (updated answer to number #54).



_______________________________________________________________________________________________________



The purpose of Amendment 12 is to do the following:



1. Provide amendment 0005 of the Solicitation W58RGZ-24-R-0050.



2. The Solicitation W58RGZ-24-R-0050 has been updated to reflect the addition of FAR Clause 52.216-6 Place of Performance. The Government has provided an updated document labelled “ACE Vendor Questions_Formal RFP 31JAN24”. The due date for all proposals shall be and remains 9 February 2024, 1700, CST. No additional questions shall be submitted to the Government.





The purpose of Amendment 11 is to do the following:



1. Provide amendment 0004 of solicitation.



2. The Solicitation W58RGZ-24-R-0050 has been extended to 9 February 2024, 1600 CST for proposal submissions. In order to address the concerns of the expected vendors of the solicitation, the Government finds that it is within its best interest to extend the due date of proposals until further notified via SAM.gov. Further, the Government shall withhold the request for proposals until all concerns are addressed.





______________________________________________________________________________________________



The purpose of Amendment 10 is to do the following:



1. To provide amendment 0003 of solicitation.



2. Provide the updated vendor’s questions.



3. Extend the final submissions of questions or concerns to 29 Jan 2024 at 1400 CST.





____________________________________________________________________________________________



The purpose of Amendment 09 is to do the following:




  1. Upload amendment 0002 to the solicitation.




  • Updated Section A, Section B, Section C, Section J, and Section M.

  • Deleted the Holster CLINs, removed Holster from the SOW, removed Holster from the drawings, removed language regarding Holster in Section M.

  • Provide the updated Price Input Spreadsheet.

  • See other changes on the amendment.



2.To provide clarification responses to the below vendor questions.




  • Will conformance inspection and test be required for each production lot?

  • The solicitation (Section M) refers to part of the evaluation process as "U.S. Government will determine each proposals total evaluated price as calculated using estimated quantities." Can the Government confirm "estimated quantities" in this case is the same as the "BEQ" described in section A-3? or the Production Rates in Section M-2?

  • Whether the Government will require Conformance Inspection and Test (as referenced in PD1006011, section 3.1.2, and elsewhere) for each production lot, as part of the formal inspection and acceptance process for supplied items under a contract awarded through this solicitation.

  • “Should the offeror interpret the Government’s answer to indicate that the FAT and Spares CLIN will NOT be part of the price evaluation? If the FAT and Spares CLIN are to be part of the evaluation, which estimated quantities will be used in the evaluation?”



.3. The final submissions of questions or concerns is 2:00 pm CST on 25 January 2024.



___________________________________________________________________________________________________



The purpose of Amendment 8, is to extend the proposal due date. In order to address the concerns of the expected vendors of the solicitation, the Government finds that it is within its best interest to extend the due date of proposals until further notified via SAM.gov. Further the Government shall withhold the request for proposals until all concerns are addressed.



__________________________________________________________________________________________





The purpose of Amendment 7, is to attach the updated response to the vendor questions and remove section A-8 narrative FAR clause 52.211-11 Liquidated damages in the solicitation. Solicitation W58RGZ-24-R-0050, Amendment 0001, has been added to the attachments.



_____________________________________________________________________________________



The purpose of Amendment 6, is to attach the updated response to the vendor questions.



_____________________________________________________________________________________





The purpose of Amendment 5, is to attach the updated response to the vendor questions and extend the proposal due date to January 10, 2024.



_____________________________________________________________________________________________________



The purpose of Amendment 4, is to attach the updated response to the vendor questions and add one document (1050956 Self locking swivel hook).



____________________________________________________________________________________________________



The purpose of Amendment 3, is to attach the updated response to the vendor questions and add two documents (ACE 72HSE and ACE Training).



__________________________________________________________________________________________________



The purpose of Amendment 2, is to attach the response to the vendor questions and latest Patterns and PDS.



______________________________________________________________________________________________________





The purpose of Amendment 1, is to attach the Formal RFP document from our writing system.



______________________________________________________________________________________________________



**ATTENTION** ALL FORMAL COMMUNCIATION RELATED TO THIS ACQUISITION MUST BE DIRECTED TO: Kelly Bayha, CONTRACT SPECIALIST, ARMY CONTRACTING COMMAND - REDSTONE; EMAIL: KELLY.N.BAYHA.CIV@ARMY.MIL NO TELEPHONE CALLS WILL BE ACCEPTED.



The Army Contracting Command - Redstone proposes to issue solicitation number W58RGZ-24-R-0050 (previously W58RGZ-23-R-0068) for a new five year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed price (FFP) contract. This award will procure Aircrew Combat Equipment (ACE) US Army requirements and potentially Foreign Military Sales as well as US Air Force and US Navy. The ACE is comprised of three major components: an aircrew survival equipment vest with integrated safety harness and armor carriage, a quick release tether system, and a flotation device. The acquisition strategy is a 100% small business set-aside (SBSA). This acquisition may result in one award with five (5) one-year Ordering Periods. Best Value Lowest Price Technically Acceptable (LPTA) procedures accordance with FAR 15.101-2 will be utilized.



Email request to Kelly Bayha, CONTRACT SPECIALIST, ARMY CONTRACTING COMMAND - REDSTONE; EMAIL: KELLY.N.BAYHA.CIV@ARMY.MIL. The TDP documents will be sent via safesite, if unable to retrieve from the SAM.gov. *****Note: Interested vendors should contact the Contracting Officer and Specialist via email to receive the Full TDP documents and attachments or exhibits, if unable to retrieve from the SAM.gov.*****


Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >