SOLICITATION NOTICE
84 -- Camouflage Knee and Elbow Pads
- Notice Date
- 7/25/2012
- Notice Type
- Presolicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product 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
- SPM1C1-12-R-0122
- Point of Contact
- Maria Del C, Aguayo, Phone: 215-737-5701, Marybeth Naimoli, Phone: 2157375731
- E-Mail Address
-
Maria.Aguayo@dla.mil, marybeth.naimoli@dla.mil
(Maria.Aguayo@dla.mil, marybeth.naimoli@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This acquisition is for the manufacture and delivery of the Camouflage Pattern Knee and Elbow Pads (KEPS), NSNs 8465-01-599-7026, 7049, 7086, and 7085. The KEPS are being procured in both the Operation Enduring Freedom Camouflage Pattern (OCP) and Universal Camouflage Pattern (UCP) and shall be manufactured in accordance with GL/PD 11-10 dated 20 January 2012. This will be an Indefinite Delivery - Indefinite Quantity contract with the following quantities: Knee Pads - OCP 8465-01-599-7026, UCP 8465-01-599-7049 Guaranteed Minimum Quantity (GM) Annual Estimate Quantity (AEQ) Annual Order Limitation Quantity (AOLQ) Base Year 5,250 21,000 26,250 Option 1 10,500 42,000 52,500 Option 2 10,500 42,000 52,500 Note- The quantities depicted above are applicable to both NSNs. The government reserves the right to order any combination of OCP/UCP knee pads within the stated minimum and maximum quantities. Elbow Pads - OCP 8465-01-599-7086, UCP 8465-01-599-7086 Guaranteed Minimum Quantity (GM) Annual Estimate Quantity (AEQ) Annual Order Limitation Quantity (AOLQ) Base Year 5,250 21,000 26,250 Option 1 10,500 42,000 52,500 Option 2 10,500 42,000 52,500 Note - The quantities depicted above are applicable to both NSNs. The government reserves the right to order any combination of OCP/ UCP elbow pads within the stated minimum and maximum quantities This acquisition will be issued as a Total Small Business Set-Aside The source selection process for the procurement of the KEPS shall be Lowest Price Technically Acceptable (LPTA) in accordance with the new Department of Defense Source Selection Procedures effective July 1, 2011 and FAR 15.101-2. The solicitation's non-cost or price factors for acceptability are as follows: 1. Technical - Product Demonstration Models (PDMs) A. Visual Requirements B. Dimensional Requirements 2. Past Performance A. Relevant B. Quality and Delivery Performance To be technically acceptable, PDMs must meet tests identified below: 1. Visual (in accordance with Table XXI of GL/PD 11-10 dated 20 Jan 2012) 2. Dimensional (in accordance with Tables I and II of GL/PD 10-03 dated 20 Jan 2012) T o be acceptable, prospective offerors must demonstrate their ability to produce the KEPS by identifying relevant experience with same or similar items. Vendors must have met all technical and quality provisions while achieving on-time deliveries. In addition, Past Performance information must be Recent. "Recent" is defined as all pertinent information within two (2) years of this solicitation's closing date. Offerors must submit contract numbers, dollar values, overall quantities, and points of contact for the identified contracts. Production Lead Time for the initial order is 150 days after date of award and 120 days for each subsequent order. Deliveries will be made to DLA Depots Tracy, CA and New Cumberland, PA. 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 h ttps://assist.daps.dla.mil/quicksearch/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-12-R-0122/listing.html)
- Record
- SN02814755-W 20120727/120725235733-7cace7288e4e32d618b3d6e5b7cce373 (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 |