GORE-TEX Professional - AWICS

Archive for the ‘Contracts’ Category

ADS Unveils Army Camouflage Finalist PatternsADS Tactical

Tuesday, February 14th, 2012

We just received the following information from ADS regarding their US Army Camouflage Improvement Effort finalist patterns developed in conjunction with Guy Cramer. As you know from reading SSD, they submitted two pattern families named Alpha and Delta. We previously broke the story on the Delta patterns during SHOT Show. Interestingly, the cleaner Alpha pattern (seen here) outperformed the Delta variants during the Army’s Picture-in-Picture down-select process. Here are the first images and descriptions of the patterns released to the public. While these images are simulated, meaning the pattern has been superimposed on an ACU coat and an armor vest, they do give you a great idea of how the environmental-specific patterns will work with their OCIE pattern.


(more…)

US Army Camouflage Improvement Effort Update

Monday, February 13th, 2012

Everyone is asking to see the finalist families of patterns for the US Army Camouflage Improvement Effort. We, as well as Military.com and Army Times asked the Army for access and the Army punted, giving us a couple of different dates, planning to bring us all in and show us the various finalists.

Unfortunately, the Army’s lawyers have determined that they do not have any rights to the patterns and through the PAO at PEO Soldier informed us that they would be unable to share them with us. Interestingly, they remain mum on sharing the sole US Army-sponsored entry, which to me is the most interesting, because it gives me insight into what direction they think this will go.

Our only alternative is to request that the finalists release the patterns to the press themselves. Some of the contenders are open to it and others are not. Early on, Army contracting officials gave the finalists the impression that public release of the patterns would be looked upon disfavorably. Obviously, this makes people nervous. It would be in everyone’s best interest to unveil all of the patterns at once. To keep a somewhat level playing field, if for no other reason. But that’s not going to happen. The companies that hold off only hurt themselves, and here’s why.

The Army will be forced to select a family of camouflage patterns that is a compromise. Yes, even a family of three patterns will be a compromise. It’s the nature of the program. In the camo business increased specificity equals decreased utility. The better a pattern performs in a particular environment, the more it works against the wearer in others. For example, there are different types of woodland environments. What works great in a jungle might not do so well in mountainous regions below the treeline. The same holds true for all military operating environments. Consequently, lots of patterns on the market are a good thing. From a commercial standpoint, more patterns mean more choices. The finalists are all the cream of the crop based on performance. The downselect has already demonstrated that and makes them very lucrative.

The various companies that entered the competition in the first place got a virtual copper mine, the finalists now have a silver mine and they are each vying for that veritable gold mine. I’ve been asked plenty what I think the winner’s submission is worth on the commercial market and I will tell you that its true value is incalculable. The problem is that this situation is unprecedented. Between commercial use of the patterns in both soft and hard goods, it could easily be worth Billions (yes, with a “b”) over the lifecycle of the Army’s use of the patterns. Which leads us to an interesting point.

The Army is going to pay the winner chump change compared to what this is really worth. It’s a great bargain for the American taxpayer but at the same time, they need to be cognizant of the stakes. This isn’t a typical PEO Soldier program. We’re treading into the world of ship and tank and aircraft procurements. And with it will come some of the same things we see with those programs.

Despite the intentions of PEO Soldier to make this more about science than fashion, in the end, the Army’s leadership is going to make its decision based on three factors; Cost, Performance, and Branding.

Cost
How much is it going to cost to field all of these new patterns and what does the Army’s budget look like?

Performance
Do the patterns perform as advertised? Do they conceal the Soldier?

Branding
Does the camouflage chosen portray a positive image for the Army? Does it make the wearer look like a Soldier?

These questions will be asked by the decision makers. There’s no getting around that. In the end, all three of these factors will be weighed against each of the families of patterns. A cost-benefit-analysis will be conducted and an edge of performance here vice an argument that there is already an ample investment in a similar pattern there combined with a question of whether a pattern “just looks funny” and you will have a decision. The final choice is going to be a compromise.

It’s in the finalists’ best interest to publicize their patterns and make their case as to why their offerings are the most appropriate. Even if they aren’t selected in the end, they’ve still got a good 18-24 months to cash in on that silver mine. The clock is ticking.

US Army Seeking Individual Water Purification Systems

Saturday, February 11th, 2012

Natick is conducting a market survey for US Army PEO Soldier’s Product Manager-Soldier Clothing and Individual Equipment domestic products, suppliers and manufacturers of individual water treatment/purification systems. Additionally, industry should expect a solicitation to purchase such technologies in the next 60-120 days.

Their interest runs the whole gamut of purification systems from standard bacterial and viral removal to dealing with turbidity and industrial waste. Additionally, they’d like info on systems that are designed for salt and brackish water.

Specifically, they are seeking info on systems with these attributes:

“The U.S. Army is interested in identifying firms with products, technologies, and capabilities to provide a man-packable, water treatment/purification system for Individual Soldier use in purifying water (for drinking) from indigenous fresh water sources in basic, hot and cold environments. The system shall be compatible with current and future organizational clothing and equipment such as the MOLLE Hydration System, standard military canteen, and/or both.

Purification systems sought must be lightweight (not to exceed 1lb. dry), easy to use/clean/maintain, low bulk/compact, capable of producing microbiologically purified water in its operational life with/without purification element replacement and meeting the volume capacities of Soldier hydration needs (135 liters). It shall have an unused service life of 180 days and should include an indicator of service life status; it shall be storage stable for 5 years and be environmentally-safe during use and subsequent disposal. It shall have the capability to resist freezing or withstand freezing without damage. Freeze/Thaw cycle testing should be conducted according to MIL-STD-810 (Method 524), “Department of Defense Test Method Standard for Environmental Engineering Considerations and Laboratory Tests”. The device shall remove or resist growth and build-up of mold, mildew and bio-films. It shall be durable to a 6 foot drop and 300 pound load(static and dynamic).

The device must be capable of disinfecting and/or removing microbiological contaminants to levels mandated by the HQDA Technical Bulletin, Medical 577 (TB MED 577). Pathogen reduction capabilities must be documented through laboratory testing to the NSF International P248 Protocol for “Emergency Military Operations Microbiological Water Purifiers” (bacterial removal to 6-log, viral removal to 4-log, and protozoan cyst removal to 3-log) or better with all test plans, data, and test reports validated by the U.S. Army Public Health Command (USAPHC). The water purification time must be 20 minutes or less (objective less than 15 minutes) with a flow rate of not less than 200 mL/min. Batteries, if used, must be a commercially-available type and of weight and bulk compatible with the overall device requirements for weight and bulk.

Consideration will also be given to removal of toxic industrial chemicals/materials to US Army short-term potability standards (TB Med 577) from fresh water sources, removal of chemical/biological warfare agents (desired), and reducing turbidity (less than 1 NTU). Processed water shall be palatable with taste/flavor as in commercial bottled spring or municipal waters. Additional consideration will be given to devices capable of desalination and purification from seawater and brackish water sources.”

If you’ve got a system, you’ve got until 9 March to let the Government know. Actual requirements for solicitations are often derived from the information received through these RFIs so it’s important to participate in the process.

Fuel Handler Coverall Contract Explained

Wednesday, February 1st, 2012

We recently wrote about the contracts awarded to Propper International and Tennessee Apparel for the new Fuel Handlers Coveralls. Unfortunately, we didn’t explain what was going on which caused readers to make some back of the envelope calculations which resulted in the perception that the taxpayer is paying a lot more for these than is actually the case.

In fact, the contracts awarded to Propper International and Tennessee Apparel are five-year, firm-fixed price, indefinite delivery/indefinite quantity contracts worth a maximum of $45,000,000. These contracts include options to procure a maximum of 75,000 Fuel Handler Coveralls. The maximum contract value ($45M, based on an early Government estimate of $600 per coverall) would only be reached if the Army purchased all 75K coveralls.

Almost all contracts are written this way these days. The maximum value of the contract is the award amount announced. This amount is generally only reached is all contract options are used. Generally this number is a little higher than what is required to give the Government a little bit of breathing room in the event demand is increased over the life of the contract. It also serves to lock in a price over the course of the contract. These contracts don’t require the Government to purchase the maximum amount but rather set a limit on the amount that can be purchased on that contract. Essentially, it serves as a blanket purchase agreement for that particular commodity. The Government can purchase as much as it needs (up to set limit) at a set price over the life of the contract without going through the contracting process over and over. Conversely, if it turns out the Government doesn’t need the gear, it doesn’t order or pay for it. This helps keep the Government from purchasing and stockpiling unneeded gear.

In the case of the Fuel Handler Coverall, the first delivery order for each of the awardees is for only 1,670 coveralls making actual contract cost per coverall came in between $400-$522, depending on size and vendor. Any future purchases will be determined based on fielding requirements set by the Army.

These coveralls offer a tremendous increase in protection when compared to their predecessors in the areas of flame resistance, environmental and electrostatic protection, and liquid-penetration resistance for fuel and water. PEO Soldier is committed to Soldier survivability, and this contract award is yet another example of their continuing efforts to provide the absolute best uniforms and gear to our Soldiers.

This is actually a joint effort. PEO Soldier specified that the coveralls be made in Coyote Brown so that their Marine brothers could order and use them too.

Thanks to those who reminded us to follow up on this. We hope this clears up any misconceptions that surround the Fuel Handler Coverall procurement.

TLS Isn’t Going Anywhere

Tuesday, January 31st, 2012

Despite criticism of the program (mainly from those who don’t have a piece of the pie) Defense Logistics Agency’s Tailored Logistics Support (TLS) program isn’t going away. In fact, it’s flourishing. All four incumbents have been issued a one year extension.

Originally envisioned as the Prime Vendor for Special Operations Equipment program over 10 years ago, the concept began as a means to provide better support to the diving community. DLA found itself stocking dive gear for a small community. The idea was formed to outsource the stocking of this gear to commercial dive supply houses who specialized in the gear and could actually support a wider variety of items. This saved DoD money by not having to stockpile equipment and provided the diving community with more options. Since many of the divers hail from SOF units, it was only a matter of time before the contract was leveraged to provide other specialized, low density gear.

Since that time, the program has morphed into TLS to more accurately reflect the other prime vendor programs which include food and medical commodities. This change has also introduced increased competition amongst the participants and improved administration and oversight of the program. Over the past 10 years I have observed ups and downs with this program and, while I don’t think it’s right for every purchase, it has certainly served DoD well.

From yesterday’s DoD Contract Announcements…

Tactical & Survival Specialties, Inc.*, Harrisonburg, Va., was issued a modification exercising the second option year on contract SPM8EJ-09-D-0001/P00016. The award is a firm-fixed-price contract with a maximum $5,680,898,304 for delivery of items supported by the Special Operational equipment, tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 14 responses to the Web solicitation. Type of appropriation is fiscal 2011 Defense Working Capital Funds. The date of performance completion is March 9, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

W.S. Darley & Co.*, Itasca, Ill., was issued a modification exercising the second option year on contract SPM8EJ-09-D-0002/P00015. The award is a firm-fixed-price contract with a maximum $5,622,398,304 for delivery of items supported by the Special Operational equipment, tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 14 responses to the Web solicitation. Type of appropriation is fiscal 2011 Defense Working Capital Funds. The date of performance completion is March 9, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Source One Distributors, Inc.*, Wellington, Fla., was issued a modification exercising the second option year on contract SPM8EJ-09-D-0004/P00017. The award is a firm-fixed-price contract with a maximum $5,470,398,304 for delivery of items supported by the Special Operational equipment, tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 14 responses to the Web solicitation. Type of appropriation is fiscal 2011 Defense Working Capital Funds. The date of performance completion is March 9, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Atlantic Diving Supply*, Virginia Beach, Va., was issued a modification exercising the second option year on contract SPM8EJ-09-D-0003/P00017. The award is a firm-fixed-price contract with a maximum $4,316,398,304 for delivery of items supported by the Special Operational equipment, tailored Logistics Support Program. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 14 responses to the Web solicitation. Type of appropriation is fiscal 2011 Defense Working Capital Funds. The date of performance completion is March 9, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

New Body Armor for Philippines Army

Monday, January 30th, 2012

MKU PVT Ltd. of India; Concentric Industries Inc. of Korea, UM Merkata DOO of Serbia, Tactics SOG Industries of the US, Protective Products of the US, SIA of Israel, Goldbell Philippines and JEJE Enterprises have all “bought” bid documents to provide 3,480 sets of body armor for the Philippine Army worth about P174 million.

The eight firms have until February 21 to complete their bids and all bidders must have successfully fulfilled an armor contract within the last five years.

Fuel Handler Coverall Contract Awarded

Thursday, January 26th, 2012

Propper International, Mayaguez, Puerto Rico (W911QY-12-D-0006), and Tennessee Apparel Corp, Tullahoma, Tenn. (W911QY-12-D-0007), were awarded a $45,000,000 firm-fixed-price contract. The award will provide for the procurement of 1,670 fuel handler coveralls from each contractor. Work location will be determined with each task order, with an estimated completion date of Jan. 16, 2017. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity.

Alaska PJs Rescue Clothing System

Wednesday, January 25th, 2012

The USAF rescue community is the only DoD force specifically configured for Combat Search and Rescue of isolated personnel. Remember, the PJs in Alaska are Guard guys and in their day to day duties provide more civilian SAR than they do true CSAR during deployments. So, we can see the flavor of this gear even though the solicitation is written for CSAR.

Consequently, they’re seeking a “7 Layer Rescue Clothing” System consisting of:

Arc’teryx Venta Lt Glove, Black P/N 8685-BK

Arc’teryx Alpha SV Glove, Black P/N 8237-BK

Arc’teryx RHO BALACLAVA BLACK P/N 7346-BK

Arc’teryx RHO LTW NECK GAITOR BLACK P/N 4523-BK

Arc’teryx BUCKET LINER TOQUE, BLACK P/N 4306-BK

Arc’teryx RHO LTW BEANIE BLACK P/N 4680-BK

Arc’teryx RHO LTW ZIP NECK BLACK P/N 3809-BK

Arc’teryx COMBAT JACKET, PRINTED, MULTICAM P/N 12458-MC

Arc’teryx Eon SLW T-Shirt Men’s Black P/N 8773-BK

Arc’teryx EON SLW CREW LS MENS Black P/N 8219-BK

Arc’teryx RHO LTW BOTTOM BLACK P/N 3805-BK

Arc’teryx EON SLW BOTTOM MENS, BLACK P/N 8217-BK

Arc’teryx ATOM SV HOODY MENS – NARANJA P/N 8119-NA

Arc’teryx GAMMA LT PANT BLACK P/N 6757-BK

Arc’teryx RAIDER PANT MENS – BURLYWOOD P/N 7671-BW

Arc’teryx MENS SPOTTER PANT, CARBIDE P/N 7621-CB

Arc’teryx SKYLINE SHIRT LS LIGHT CARBIDE P/N 8292-LC

Arc’teryx RIDGELINE SHIRT SS MENS-TOTEM P/N 7988-TM

Arc’teryx B.A.C. CAP KHAKI P/N 9998-KH

MERINO WOOL BOOT SOCK CUSHION P/N 14021-FG FOLIAGE GREEN

DARN TOUGH MERINO WOOL 1/4 SOCK, MESH, GRAPHITE WITH TONAL LOGO P/N 81493-GR

Wild Things HIGH LOFT JACKET, SO1.0V,- MULTICAM P/N 50023

Wild Things SOFT SHELL PANTS – SO 1.0 -MULTICAM P/N 50032-MC

Arc’teryx STRATO HOODY BLACK P/N 8559-BK

Arc’teryx MENS RHO AR TOP BLACK P/N 7342-BK

MERRELL: REFUGE PRO VENTILATOR – CASTLE ROCK/PEWTER P/N J50981

MERRELL CHAMELEON 4 MID VENTILATOR GORE-TEX MERREL STONE P/N J15047

Arc’teryx ALPHA SV MITT BLACK P/N 8236-BK

Arc’teryx GOTHIC GLOVE – COLOR: BLACK P/N 8242-BK

Arc’teryx PHASE SV ZIP NECK BLACK P/N 8166-BK

Arc’teryx BETA AR PANTS BLACK P/N 7409-BK

Arc’teryx GAMMA MX JACKET BLACK P/N 7406-BK

Arc’teryx ETHER COMP CREW LS BLACK P/N 7655-BK

It’s a small business set aside with a response date of 15 Feb and a quick turn around award of 17 Feb. Quantities are set and 46 and broken down by size.

Check out the solicitation at www.fbo.gov