Washington, DC Bids > Bid Detail

Ballistic insert and thrust guard kits

Agency:
Level of Government: Federal
Category:
  • 26 - Tires and Tubes
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159613153862365
Posted Date: Dec 18, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/701fda411a...
Follow
Ballistic insert and thrust guard kits
Active
Contract Opportunity
Notice ID
5000002961
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON INDUSTRIES, INC
Office
FEDERAL PRISON INDUSTRIES, INC
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 18, 2023 02:53 pm CST
  • Original Response Date: Dec 22, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 31599 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    DC
    USA
Description

RFI DISCLAIMER



This Request for Information (RFI) does not create any representation, either express or implied, that if a procurement process does proceed, that the participant’s will be given any preference or special consideration.





Participants are still required to follow any procurement process that may take place in the future. If a solicitation is released, it will be advertised in under “Contracting Opportunities” in SAM.gov. It is the responsibility of potential offerors/bidders to monitor these sites for the release of any solicitation.





This RFI does not indicate a commitment to any particular course of action. Respondees are advised that the U.S. 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





Subject: Ballistic Insert Kit/Thrust Guard Insert Kit



The primary objective of this RFI will be used by the Contracting Staff to develop an acquisition strategy on raw materials used to produce protective gear.





General:



Federal Prison Industries, (UNICOR) currently produces protective gear for various federal agencies to include DOD and GSA. We are researching sources for our raw materials in manufacturing these end items. In addition to the currently awarded contracts, UNICOR intends to quote on future solicitations of both the US Military and other various Federal Agencies.





All interested parties shall furnish the following minimum information:




  1. Name of Company

  2. Telephone number, fax number, and e-mail address

  3. Business Size (i.e., Large, Small, Socio-economic category)

  4. State if Company is Manufacturer or Non-Manufacturer

  5. Any other information Contractor deems pertinent to this request



Response Deadline: Friday, December 22 AT 2:00 PM CST



For planning and scheduling purposes, to insure being included in our market research for these products, responses must be received no later than Friday, December 22 AT 2:00 PM CST.



Responses shall be sent via email only to Aaron Mitchell @ Aaron.Mitchell2@usdoj.gov



Please provide the following information regarding each of the items listed under 1.0:



1. Can this material be sourced/manufactured domestically and meet Berry Amendment requirements? If so, please provide an estimated cost per yard delivered and delivery ARO.



2. Can this material be sourced from a Trade Agreement "designated country" and finished in the US? If so, please provide an estimated cost per yard delivered and delivery ARO.



3. Can this material be sourced and provided if waived from all Berry and TAA requirements? If so, please provide an estimated cost per yard delivered and delivery ARO





The below list is a sample of the commonly used sizes for this program.



1.0 List of Materials/Estimated Year Quantity






  1. FOM0668: TRUST-GUARD-INSERT-KIT-OR-EQUAL,LARGE





TRUST-GUARD-INSERT-KIT OR EQUAL,LARGE,FRONT/AND/REAR-TRUST



PANELS MADE OF TWO (2) LAYERS OF H.T.S COBALT ALLOY



IMPACT RESISTANT MATERIALS - LAMINATED WITH KEVLAR &



BODY SIDE CUSHION OF 3/4" FIRE RETARDANT URETHANE



FOAM. SHOULDER INSERT MADE OF TEN (10) PLIES OF



KEVLAR OVER A 1/4" HIGH DENSITY OPEN CELL FIRE



RETARDANT FOAM.





METAL MAY BE WRAPPED WITH ONE (1) PLY OF ARAMID FABRIC



OR ONE (1) PLY OF POLY FELT



CERTIFIED TO NIJ 0115.00 TO EDGED BLADE LEVEL 3 AND



SPIKE LEVEL 3





UNICOR #: FOM0668



SIZE: LARGE



DESCRIPTION: THRUST GUARD OR EQUAL INSERT FOR TXFG-0018














  1. FAB0959: CIVIL-BALLISTIC-KIT-INSERT,LRG-WIDE







UNICOR PART # FAB0959



DESCRIPTION: CIVIL-BALLISTIC INSERT KIT-LRG-WIDE



U/M: EA



PRODUCT CONSISTS OF 35 LAYERS OF, HIGH PERFORMANCE BALLISTIC MATERIAL



COLOR: BLACK



SIZE: LRG-WIDE



TO INCLUDE:



(1) BALLISTIC INSERT (35 LAYERS) FOR FRONT OF CIVILIAN VEST LRG-WIDE



(2) BALLISTIC INSERT (35 LAYERS) FOR BACK OF CIVILIAN VEST LRG-WIDE





TESTING MUST BE IN ACCORDANCE WITH THE PROVISIONS OF NIJ-STD-0101.06.







Soft Ballistic system build with Woven Aramid and Aramid Uni-directional



materials.



This model of armor has been determined to comply with NIJ standard-



0101.06 by the NIJ Compliance Testing Program and is listed on the NIJ



Compliant Products List





Threat Level: NIJ0101.06 IIIA



Ballistic Warranty Perid: 5 Years





BERRY AMENDMENT CERTIFICATE REQUIRED: #MATERIAL MUST BE COMPLIANT WITH



DFARS 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES.# BERRY



CERTIFICATE MUST INCLUDE A SPECIFIC REFERENCE FOR ANY COMPONENT



CONTAINING A RAW



MATERIAL THAT HAS BEEN DEEMED #NON AVAILABLE# OR IS



COVERED UNDER A DNAD. SEE: FAR 25.103 AND 25.104


Attachments/Links
Contact Information
Contracting Office Address
  • 320 First St NW Financial Manage Br, 8th FL
  • WASHINGTON , DC 20534
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 18, 2023 02:53 pm CSTSources 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 >