SOLICITATION NOTICE
84 -- Gloves, Anti-Flash
- Notice Date
- 6/29/2017
- Notice Type
- Presolicitation
- 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
- 8415-01-267-9661-2017
- Archive Date
- 7/28/2017
- Point of Contact
- Jeffrey Fox, Phone: 215.737.6076, Denise Vogelei, Phone: 215-737-7024
- E-Mail Address
-
Jeffrey.Fox@dla.mil, Denise.Vogelei@dla.mil
(Jeffrey.Fox@dla.mil, Denise.Vogelei@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: The proposed RFP is for the GLOVES ANTI FLASH, NSN 8415-01-267-9661. Subject item is made in accordance with specification MIL-G-2874E DATED 1 JULY 1987. The solicitation will be issued as UNRESTRICTED, and awarded under an Indefinite Delivery Type Contract. The resultant contract will be for a base term and three (3) one-year option terms. The base year and each of the three one-year option terms will have a minimum quantity of 16,764 PR, and an annual order limitation quantity (AOLQ) of 83,820 PR. All materials used in the fabrication are to be furnished by the successful offeror. Delivery of the first shipment is scheduled for 120 days after date of award. Inspection and acceptance is at Origin and shipment is FOB Destination. The destination will include Travis Association for the Blind - Austin, TX, Pendergrass Distribution Center - Pendergrass, GA and Peckham Inc. - Lansing Michigan Best Value Lowest Price Technically Acceptable Source Selection Procedures will be used. Technical acceptability will be based on meeting the following non-price factors: 1. Terms and Conditions: The Offeror must meet the minimum requirements of the solicitation and take no exception to any of the terms or conditions of the solicitation. The offeror is required to complete the clauses, listed in Sections L&M of the solicitation. Failure to complete and check all clauses listed may determine an Offeror technically unacceptable. If clauses on check list do not apply, the offeror should annotate it as N/A. •a. Past Performance : Although Past Performance is not a technical evaluation factor, the Government reserves the right to review Past Performance when making a determination of responsibility. This may include the review of Past Performance data from other sources such as the Past Performance Information Retrieval System (PPIRS) and Federal Awardee Performance and Integrity Information System (FAPIIS); as well as information pertaining to production capacity, technical capacity, procurement history, financial capability, laws and regulations, and integrity and ethics. •b. Cost and Pricing Data : A full cost and pricing proposal is not required. However, the offeror may be required to submit additional cost and pricing data during discussions. Therefore, offerors are cautioned to retain cost proposal worksheets, vendor quotations, and related support information. 2. PRODUCT DEMONSTRATION MODEL (PDM) The offeror shall submit one (1) pair of gloves as part of their proposal. PDMs will be submitted at no expense to the Government and must be received prior to the time and date set forth for closing of offers. PDMs will be returned at the offeror's request and expense so long as the PDMs are not destroyed by testing, retained by the Government as a manufacturing standard, and/or unless otherwise specified by the solicitation. PDMs will become Government property unless return is requested within 30 days after date of award. The PDM will be evaluated for the presence of any of the following: Acceptable/Unacceptable Defects. The PDM will be determined Unacceptable if it contains one or more Unacceptable Defects listed below: LPTA PDM ACCEPT/REJECT CRITERIA GLOVES, ANTI-FLASH, MIL-G-2874E ACCEPT CRITERIA : PDM essentially meets requirements but contains some weaknesses which are offset by strengths. PDM indicates an understanding of the stated requirements of the acquisition document. Any weaknesses noted can either be easily correctable or may require preventative corrective action in production. Risk of unsuccessful performance is moderate to low. ACCEPTABLE DEFECTS : In accordance with specification MIL-G-2874E, page 10, paragraph 4.4.2.1: If defects listed below are present, PDM will not be rejected but resultant awardee will be expected to produce gloves without the defects during production: Any classification with MINOR DEFECTS on: •1. Material Defects and damages •2. Cleanness •3. Component and assembly •4. Seams and Stitching •5. Bottom hem •6. Pairing •7. Bar Code Label/Tag NOTE: Placement of Bar Code Label/Tag is required to indicate compliance with requirements. The label need not be printed for the purpose of submitting PDM, but should be attached for demonstration of proper placement. UNACCEPTABLE CRITERIA : The PDM does not meet all of the requirements and contains weaknesses which are not offset by strengths. PDM does not indicate a full understanding of the stated requirements of the acquisition document. PDM contains weaknesses which would either require significant corrective action or weaknesses that are too extensive for correction. Risk of unsuccessful performance is high. UNACCEPTABLE DEFECTS : In accordance with specification MIL-G-2784E, page 10, paragraph 4.4.2.1 and page 14, paragraph 4.4.2.2: The PDM sample(s) shall be free from any of the following defects or it shall be cause for rejection: Any classification with MAJOR DEFECTS on Visual Examinations: •1. Material Defects and damages •2. Cleanness •3. Component and assembly •4. Cutting •5. Seams and Stitching •6. Gauntlet •7. Bottom hem •8. Label •9. Pairing •10. Bar Code Label/Tag Any defects on Dimensional Examination: •1. The gloves shall be examined for dimensional defects. Any dimension that is not within the established tolerance listed on page 9, Table II, paragraph 3.9 shall be classified as a MAJOR DEFECTS. NOTES: •· One pair of gloves will be required to perform required tests. •· Any deviation from the requirements must be in writing with your submission of the PDM. It is anticipated this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) in the month of July, 2017. 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. CAUTION NOTICE: Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offeror should register to receive notification of this solicitation or solicitation amendments. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on ht tps://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 2AQW 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) 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. 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 (C&T) 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/8415-01-267-9661-2017/listing.html)
- Record
- SN04564055-W 20170701/170630000440-ab63270b66d49525182d20e8429da1e1 (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 |