SOLICITATION NOTICE
84 -- Undershirt, PFU, Moisture Wicking and Trunks, PFU, Type I and II - SPE1C1-17-R-0088
- Notice Date
- 4/28/2017
- 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
- SPE1C1-17-R-0088
- Archive Date
- 6/1/2017
- Point of Contact
- Brett E. Samocki, Phone: 215-737-0933, Donna Streibich, Phone: 215-737-8486
- E-Mail Address
-
brett.samocki@dla.mil, Donna.Streibich@dla.mil
(brett.samocki@dla.mil, Donna.Streibich@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Spec Data: Trunks, PFU, Type I and II Spec Data: Undershirt, PFU, Moisture Wicking Solicitation: Undershirt, PFU, Moisture Wicking and Trunks, PFU, Type I and II Synopsis: ITEMs: Lot 1: Undershirt, PFU, Moisture Wicking; NSN: 8415-01-574-2986(s); PGC: 03164 Specification/PD/Statement of Work: NCTRF PD 16-15 Dated: 7 March 2016 Lot 2: Trunks, PFU, Type I, 6-inch inseam; NSN: 8415-01-559-7233(s); PGC: 03524 Trunks, PFU, Type II, 8-inch inseam; NSN: 8415-01-559-7198(s); PGC: 03525 Specification/PD/Statement of Work: NCTRF PD 17-15 Dated: 6 December 2016 The RFP, SPE1C1-17-R-0088, will be utilized for the purchase of items Undershirt, PFU, Moisture Wicking (Lot 1), and Trunks, PFU, Type I and Type II (Lot 2). RFID labeling will be required for this item at the case and pallet level. A Solicitation is being issued for the purchase of the Undershirt, PFU, Moisture Wicking; NSN: 8415-01-574-2986(s), Trunks, PFU, Type I, 6-inch inseam; NSN: 8415-01-559-7233(s), and Trunks, PFU, Type II, 8-inch inseam; NSN: 8415-01-559-7198(s). The proposed contract(s) will be issued as 100% Small Business Set-Aside, which will result in a firm fixed price contract(s) in accordance with FAR Part 12. The resultant contract(s) will contain a base year, and four, one year option terms. This proposed buy will result in a negotiated Indefinite Delivery Type contract(s). Lot 1: Undershirt, PFU, Moisture Wicking where the Base Year minimum will be 42,800 EACH and the maximum will be 214,000 EACH, with four (4) One Year term options for 42,800 EACH Minimum and 214,000 EACH Maximum. The annual estimated quantity (AEQ) for this item is 171,200 EACH for the Base Year and each option year. Lot 2: Trunks, PFU, 6-inch inseam where the Base Year minimum will be 13,300 PAIR and the maximum will be 66,500 PAIR, with four (4) One Year term options for 13,300 PAIR Minimum and 66,500 PAIR Maximum. The annual estimated quantity (AEQ) for this item is 53,200 PAIR for the Base Year and each option year. Trunks, PFU, 8-inch inseam where the Base Year minimum will be 35,288 PAIR and the maximum will be 176,438 PAIR, with four (4) One Year term options for 35,288 PAIR Minimum and 176,438 PAIR Maximum. The annual estimated quantity (AEQ) for this item is 141,150 PAIR for the Base Year and each option year. Any combination of Trunks can be ordered under Lot 2 with a total minimum of 48,588 pair per term and a total maximum of 242,938 pair per term. Best Value/Source Selection procedures will be utilized in making the proposed award, and as a result, a Technical Proposal is required. Technical and Past Performance, when combined, are significantly more important than cost or price. Evaluation factors are as follows in descending order of importance: 1) Product Demonstration Model (PDM) and 2) Past Performance/Performance Confidence Assessment. The first Delivery Order is due to begin 90 days after award with 30 day increments thereafter. Acquisition is FOB Destination to Peckham Vocational Industries Inc., Navy & Coast Guard Recruit Clothing 3PL, Lansing, MI. All materials used to manufacture this item are to be furnished by the contractor. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Lot 1: Undershirt, PFU, Moisture Wicking; NSN: 8415-01-574-2986(s) Specification/PD/Statement of Work: NCTRF PD 16-15 Dated: 7 March 2016. Specification will be included as an attachment to the solicitation document. Lot 2: Trunks, PFU, Type I, 6-inch inseam; NSN: 8415-01-559-7233(s) Trunks, PFU, Type II, 8-inch inseam; NSN: 8415-01-559-7198(s) Specification/PD/Statement of Work: NCTRF PD 17-15 Dated: 6 December 2016. Specification will be included as an attachment to the solicitation document. Solicitation is posted concurrently on https://www.dibbs.bsm.dla.mil/Solicitations/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/default.aspx. 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 (SAM.gov) website. 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 SAM 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 Solicitation is also posted on FedBizOpps along with this Synopsis. 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), 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. 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 (DLA C&T) solicitations, use the following link to the DLA C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx Contracting Office Address: 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 Primary Point of Contact: Secondary Point of Contact Brett Samocki Donna Kuzma-Streibich Contract Specialist Contracting Officer Brett.Samocki@dla.mil Donna.Streibich@dla.mil Phone: 215-737-0933 Phone: 215-737-8486 Fax: 215-737-5624 Fax: 215-737-5624
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-17-R-0088/listing.html)
- Record
- SN04489812-W 20170430/170428234508-055961200b8d9c010cf3b0f408e57378 (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 |