Air Combat Equipment (ACE) Requirement

Agency:
State: Alabama
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159849972632767
Posted Date: Mar 18, 2024
Due Date: Apr 1, 2024
Source: Members Only
Follow
Air Combat Equipment (ACE) Requirement
Active
Contract Opportunity
Notice ID
W58RGZ-24-ACE-RFI2
Related Notice
W58RGZ-24-R-0050
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 RSA
Office
W6QK ACC-RSA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 18, 2024 07:55 am CDT
  • Original Response Date: Apr 01, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original 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

Request for Information (RFI) for Aircrew Combat Equipment (ACE)



THIS IS A RFI ONLY. This Sources Sought (SS)/Request for Information (RFI) is being posted to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. The Army Contracting Command – Redstone Arsenal, AL intends to issue a solicitation for manufacture of hardware. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This announcement does not commit the Government to solicit or award a contract now or in the future. Respondees are advised that the US Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. However, responsible, interested parties may identify their interest and capability by responding to this notice. The Government will consider all information received prior to the closing date of this notice.



Purpose: The Product Manager Air Warrior (PM AW) is seeking to identify interested contractors capable of providing manufacture of the Aircrew Combat Equipment (ACE). 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 US Government is looking for interested sources capable of manufacturing an indefinite quantity over the next five years.



Background: The ACE is comprised of Aviation Life Support Equipment (ALSE) components that integrate and complement each other to improve aircrew mission capability by relieving the constraints, stress, fatigue, and discomfort caused by excessive non-integrated ALSE and aircraft equipment. It improves aircrew mission performance inclusive of, but not limited to: aircraft control tasks, safety of flight, aircraft mission equipment operations, communications, endurance, situational awareness, routine ground activities, and escape and evasion. The ACE increases the survivability of aircrews in rotary and fixed wing aircraft, in all environments, and provides carriage of soft ballistic panels and ballistic plates, carriage of body-mounted Soldier equipment, flotation after emergency ditching at sea, cabin crew retention, and insertion, extraction and retrieval capabilities.



The US Government is looking for businesses capable of manufacture of safety harnesses and armor carriage, flotation devices, cabin crew retention, and extraction and retrieval systems, as well as procurement in accordance with a drawing. The US Government will provide the technical data package for the system.



The US Government requires the manufacturer to be capable of the following:




  1. Employ a quality system IAW ANSI/ASQ/ISO 9001 and ISO 17025 or equivalent system.

  2. Manufacturing and sewing of harness and tether systems IAW ANSI/ASSE Z359.3-2017, ANSI/ASSE Z359.11-2014, and ANSI/ASSE Z359.12-2009 (or equivalent as agreed between the contractor and the Government); includes stitching which requires Class 7 Extra Heavy Duty sewing machine(s); proficiency in sewing complex stitch patterns through multiple layers.

  3. Manufacturing and assembly of a flotation device with CO2 and manual inflation; requires RF welding capability.

  4. Meet all manufacturing, inspection, and testing requirements as denoted in DFAR 252.209-7010 and 252.246-703 for ACE components that may be identified as Critical Safety Items.

  5. Incorporating changes into the design and related engineering drawings as directed by Government; documenting those changes via Engineering Change Proposal (ECP) process.



The US Government is interested in manufacturer’s capabilities with the standards and requirements above and the impact to the manufacturer if required to meet standards and requirements above.



The RFI includes sample photographs and draft product drawings representative of those that will be included in the ACE technical data package on any future solicitation.



Instructions: Request that interested parties provide a written response to this RFI NLT 01 April 2024 to:





Army Contracting Command Redstone Arsenal (ACC-RSA)



Sparkman Center Circle BLDG 5303



Redstone Arsenal, AL 35898-0000





Ms. Felicia R. Dortch at felicia.r.dortch.civ@army.mil or



Ms. Kelly. N. Bayha at kelly.n.bayha.civ@army.mil





Telephone inquiries will not be accepted nor acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





Submissions can be made through written correspondence and/or electronic mail. Responses should be no more than ten (10) pages and include, at a minimum:




  • Name and address of the interested company or organization;

  • Contact information for the primary POC;

  • A brief description of the potential offeror’s company/organization;

  • A description of the potential offeror’s capabilities and products;

  • A description of the potential offeror’s quality certification and program;

  • A description of the potential offeror’s capability to meet the Air Warrior requirement for manufacturing of equipment and armor carriage systems, flotation, cabin crew retention, extraction and retrieval;

  • Description of any particular teaming arrangements the offeror may require in order to meet the Government’s requirements.




Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
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 >