Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

84 -- Coveralls, Flame Resistant (Cotton FRT)

Notice Date
3/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
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
SPE1C116R0076
 
Archive Date
4/26/2016
 
Point of Contact
Jeff Fox, Phone: 2157376076, Stephanie Gallagher, Phone: 215-737-5145
 
E-Mail Address
Jeffrey.Fox@dla.mil, Stephanie.Gallagher@dla.mil
(Jeffrey.Fox@dla.mil, Stephanie.Gallagher@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Type : Posted Date : Synopsis _______________ Response Date : Archiving Policy : Set Aside : Total Small Business set-a-side Classification Code : 84-Clothing, individual equipment & insignia NAICS Code : 315211 _____________________________________________________________________________________ Synopsis : This proposed Fixed Price contract will be for the manufacture and delivery of the following: Spec : MIL-C-24945 dated June 15 1988 PATTERN DATE : 28 MARCH 2003 ITEM: Coveralls, Flame Resistant (Cotton FRT) PGC: 02060 NSN: 8405-01-286-6336 Base Year Option Year 1 Option Year 2 Option Year 3 Total Qty Minimum 840 450 450 450 2,190 AEQ 3,360 3,360 3,360 3,360 13,440 AOLQ 5,040 5,040 5,040 5,040 20,160 •· AOLQ*- Annual Order Limitations Quantity PLEASE NOTE: Prices offered will be based on F.O.B. DESTINATION only. Deliveries will be made to Peckham, MI (UY0157), Lion Vallen, GA (UY0159) and Austin, TX (SD0131) Offers will be evaluated at the MAXIMUM QUANTITY SPECIFIED AND ON AN F.O.B. DESTINATION BASIS. The forecasted Annual Estimated Quantity (AEQ) for the Coveralls, Flame Resistant (Cotton FRT) is 3,360 units for the base year and 3,360 units for option years #1 through #3. The quantities are an estimate only, and offerors are hereby notified that the Government may place orders up to the maximum. The Government is only bound to order the total minimum quantity of 840 units for the base year and 450 units for option years #1 through #3. The production lead time is 180 days. The solicitation will be issued as a Total Small Business Set-Aside using the Best Value Trade-off Source Selection Procedures with the following evaluation factors in descending order of importance; 1.) PDM 2.) past performance confidence. This solicitation will result in the award of one Indefinite Delivery, Indefinite Quantity Type (IDIQ) Contract. There will be three (3) one-year option terms. For award purposes, the option price will be evaluated in accordance with DLA Troop Support clause 52.217-5, wherein the Government will evaluate the offerors' responses to the base ordering period and to the options. To evaluate price, the total price of the options will be added to the total price for the base year using the AOLQ to determine the total offered price. It is anticipated this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) on or after March 28 2015. All offerors MUST be registered in the System for Award Management (SAM). All responsible sources may submit offers which, if received in timely fashion, shall be considered. DLA Troop Support 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 DLA Troop Support Clothing and Textiles solicitations, use the following link to the DLA Troop Support C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. 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 System For Award Management (SAMs). 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 SAMs 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). Important Note on Foreign Content: 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) and "specialty metals" (as defined in DFARS clause 252.225-7014) 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. Point of contact below:. DLA Troop Support Attn: Jeffrey Fox, Acquisition Specialist, Bldg. 3B6028 JPACE - Non-Disclosure Agreement Request 700 Robbins Ave Philadelphia, PA 19111-5096
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C116R0076/listing.html)
 
Place of Performance
Address: 700 Robbins Ave, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN04047362-W 20160312/160311000805-437a212a03b794bc78fd693e25675eb5 (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.