Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
MODIFICATION

84 -- Amend 03: Modular Lightweight Load Carrying Equipment (MOLLE) - Contract Line Items per LOT portions

Notice Date
5/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
314911 — Textile Bag Mills
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM1C1-10-R-0175
 
Point of Contact
Maria Del C, Aguayo, Phone: 215-737-5701, Mark Twardziak, Phone: 215-737-5677
 
E-Mail Address
Maria.Aguayo@dla.mil, mark.twardziak@dla.mil
(Maria.Aguayo@dla.mil, mark.twardziak@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This attachment incorporates the contract line items under LOT 0003 that will be awarded as Unrestricted if no award to a responsible small business concern is possible under LOT 0002 This attachment incorporates the contract line items under LOT 0002 that will be issued as a total small business set aside. This attachment incorporates the contract line items under LOT 0001 that will be issued on an Unrestricted Basis NOTE: THE CLIN STRUCTURE UNDER BOTH UNRESTRICTED AND SMALL BUSINESS PORTIONS HAVE BEEN REVISED TO THE EXTENT INDICATED IN THE ATTACHMENTS TO THIS NOTICE. The Unrestricted portion (Lot 0001) includes a total of 72 line items. The Small Business portion (Lot 0002) includes a total of 21 line items. Lot 0003 has been established on an Unrestricted basis with the exact line item structure as lot 0002; difference being that if no award can be made under lot 0002 to a responsible small business, the small business set aside is dissolved under lot 0002 and the Government reserves the right to award under an Unrestricted basis under lot 0003. Best Value, Tradeoff Source Selection Procedures will be utilized with the following non-price evaluation factors in descending order of importance being evaluated: 1. Product Demonstration Models* a. Visual Requirements b. Dimensional Requirements c. Fit Requirements d. Lab (Impact) Requirements * The above sub-factors are of equal importance 2. Past Performance/Experience* a. Experience b. Quality of items/on time deliveries c. Compliance with Contractual Socioeconomic Subcontracting/Mentoring Goals (applicable to the Unrestricted portion ONLY) * The above sub-factors are of equal importance The Government intends to make an award to the responsible offer that represents the Best Value after an integrated assessment of technical merit and price. When issued, the solicitation will contain the evaluation and selection criteria for the above factors. Is estimated that the solicitation will be issued by late June 2011 with the above described composition. Brand Name or Equal will apply to certain components for MOLLE; the Government will identify the list of brand names upon issuance of the solicitation. Vendors are cautioned that under LOT 0001, clause 52.208-9 Contractor use of Mandatory Sources of Supply is applicable as certain MOLLE components are mandatory under the Ability One Program. Vendors are responsible to contac the below representatives for pricing information under this solicitation: Joseph Speight (National Industries for the Blind) 1310 Braddock Place Alexandria, VA 22314-1691 Telephone: 703-310-0319 Email: Jspeight@nib.org Elizabeth Sakmar (National Industries for the Severely Handicapped) 8401 Old Courthouse Road Vienna, VA 22182 Telephone: 571-226-4622 Email: Esakmar@nish.org Rifleman Set: * Hydration System, Hydramax (NIB) * Bladder, Hydration System (NIB) * Carrier, Hydration System (NIB) * Bite Valve (NIB) * Drink Tube (NIB) * Carrier, Entrenching Tool (NIB & NISH) * Bandoleer Ammo Pouch (NIB) * M4 Three Mag Pouch (NISH) The above items are applicable in both Universal Pattern and Operation Enduring Freedom Camouflage Pattern (OCP) depending on the Rifleman Set configuration identified. Large Field Pack Set: * Enhanced Frame Shoulder Straps (NIB) * Load Lifter Attachment Straps (NIB) * Alice Clip Adaptor (NIB) The above items are applicable in both Universal Pattern and Operation Enduring Freedom Camouflage Pattern (OCP) depending on the Large Field Pack Set configuration identified. Solicitation will be posted on https://www.dibbs.bsm.dla.mil/ Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. A few highlights of the information that will be found include: 1. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2. In order to register for access to secure portions of DLA DIBBS, the company you are representing must already be registered in the Central Contractor Registration (CCR) system. 3. A Commercial and Government Entity (CAGE) Code registration will be processed immediately. A User ID will appear on the registration screen and a password will be sent separately to the email address of the Super User. If a CAGE is already registered on DLA DIBBS, the name and email address of the Super User will be provided. The Super User should be contacted to set-up additional accounts, logons and passwords for their CAGE. DIBBS Super User * If your CAGE has already been registered on DIBBS, the name and email address of the person designated as your super user will be provided. * The representative who starts the DIBBS registration process has the option to accept their CCR registration POC as the DIBBS super user, or they can designate themselves or another person to act as the super user for the CAGE. * The super user acts as the account administrator for a CAGE. They can add up to ninety-eight (98) additional users, provide user IDs and passwords, modify existing users, and control the login status of each user for their CAGEs through My Account (Account Maintenance). The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as “The Berry Amendment”) impose restrictions on the DoD’s acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing), must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies. DSCP has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for DSCP Clothing and Textiles (DSCP C&T) solicitations, use the following link to the DSCP C&T Technical Data Repository area at http://www.dscp.dla.mil/Portal/sreqfrm.aspx AND https://assist.daps.dla.mil/quicksearch/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-10-R-0175/listing.html)
 
Record
SN02439566-W 20110506/110504234739-4e4b820e190b93fa5b88d80d7a34590a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.