SOLICITATION NOTICE
84 -- VTP ESAPI & VTP ESBI - 4 Lots
- Notice Date
- 1/18/2024 11:57:07 AM
- Notice Type
- Presolicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C1-24-R-0026
- Response Due
- 3/1/2024 12:00:00 PM
- Archive Date
- 03/16/2024
- Point of Contact
- Jessica Reilly, Phone: 2157370879
- E-Mail Address
-
jessica.reilly@dla.mil
(jessica.reilly@dla.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This acquisition is for the manufacture and delivery of the Vital Torso Protection (VTP) Enhanced Small Arms Protective Insert (ESAPI) Generation III and VTP Enhanced Side Ballistic Insert Generation (ESBI) III, which are both made in accordance with specification AR/PD-13-01, Revision G dated October 17, 2022 (superseding Revision F with Amendment 5 dated January 31, 2020). The Government intends to issue one solicitation with four (4) lots: Lot #1 will contain 50% of the VTP ESAPI quantity and will be issued as a total small business set-aside. Lot #2 will contain 50% of the VTP ESAPI quantity and will be issued as an unrestricted procurement with a 10% HubZone preference. Lot #3 will contain 50% of the VTP ESBI quantity and will be issued as a total small business set-aside. Lot #4 will contain 50% of the VTP ESBI quantity and will be issued as an unrestricted procurement with a 10% HubZone preference. � Lots #1 and #3 will be issued as a 100% small business set-asides as there is reasonable expectation that two or more responsible, small businesses will submit proposals in response to the solicitation at fair and reasonable prices. The contracts shall be for a term of 42 months, with three (3) separate pricing periods. Period 1 shall consist of one (1), 18-months ordering period plus two additional 12-months ordering periods with pricing periods. The below tables show the annual estimated quantity and maximum quantities of each contract line item (CLIN) that will be available to order under the resultant contracts. The minimum quantity for each of the contracts will be a separate CLIN for first article test samples and testing costs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1a1ba9d4e4e849e18e520ca21ece7c1c/view)
- Place of Performance
- Address: Philadelphia, PA, USA
- Country: USA
- Country: USA
- Record
- SN06939321-F 20240120/240118230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |