Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2024 SAM #8174
SOLICITATION NOTICE

84 -- Cap, Water Canteen-CBRN

Notice Date
4/12/2024 6:03:36 AM
 
Notice Type
Presolicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-24-R-0042
 
Response Due
4/29/2024 12:00:00 PM
 
Archive Date
05/14/2024
 
Point of Contact
Michelle Falkowski, Questions regarding this solicitation should be emailed to the buyer listed in block 5 of the solicitation document which can be found under the Additional Information link. If the Additional Information link does not work, please go to https://www.dibbs.bsm.dla.mil/Solicitations/ and type the solicitation number in the Global Search box.
 
E-Mail Address
Michelle.Falkowski@dla.mil, Casandra.rogers@dla.mil
(Michelle.Falkowski@dla.mil, Casandra.rogers@dla.mil)
 
Description
The subject DLA Troop Support procurement is for the Water, Canteen Cap CBRN (NSN 8465-01-529-9800 / Avon Protection Systems, Inc. (1LEW5) Part Number 71018/1). The acquisition will be issued on an unrestricted basis and conducted in accordance with USC 2304(c)(1) as implemented by FAR 6.302-1. DLA Troop Support anticipates issuing a solicitation for the referenced item and then award a firm-fixed price, indefinite delivery, indefinite quantity type contract with the following quantities: Guaranteed Minimum: 18,000 each Annual Estimated Quantity: 72,000 each Maximum Quantity: 270,000 each The resultant contract will have a three (3) year ordering period with tiered pricing. The Unit of Issue is Each. The quantities listed above are estimates and may change at time of solicitation based on changes in demand and supply position. The Government will make award to the responsible offeror(s) whose offer conforms to the solicitation and is most advantageous to the Government, cost or price. The Government will award a contract only to concerns whose technical proposals establish that they can meet the requirements of the Government. The Monthly Maximum Production capability is 25,000 caps per month. The solicitation will be open for 30 days where a company�s price proposal will need to be submitted to the contracting officer at Michelle.Falkowski@dla.mil, and the Contract Specialist, Casandra Rogers at Casandra.Rogers@dla.mil.� First Article Requirement will be required for this procurement. The production leadtime for the initial delivery order will be 165 days after award and is allocated as follows: 30 days to submit first article testing samples, 45 days for Government review and to furnish the results, and 90 days for production and shipment of the ordered items.� The production leadtime for all subsequent orders will be 90 days from the date of issuance. If first article testing is waived under this acquisition, the leadtime for all delivery orders will be 90 days after issuance. The delivery destinations will be DLA Troop Support�s third party logistic facilities (Travis Association for the Blind, Austin, TX / Peckham Inc., Lansing, MI / Lion Vallen Industries Pendergrass, GA). Deliveries will be FOB Destination. **This item requires specific certifications in order to produce this item. Waivers for these requirements will NOT be made.** A detailed technical package will be included with the solicitation. The following is applicable: RQ032, EXPORT CONTROL OF TECHNICAL DATA: This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce.� Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad.� This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data.� Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation.� To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA.� DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. The following Engineering Clauses are applicable to this procurement: -���������� Configuration Management -���������� Assist Clause -���������� Use of Class 1 Ozone-Depleting Substances (CIODS) - ��������� No Shelf-Life markings are required. - IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS PACKAGING SHALL BE IN ACCORDANCE WITH ASTM D 3951. MIL-STD-129 AND MIL-STD-147 APPLY. It is anticipated this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) on or after April 30,2024. Solicitation will be posted on https://www.dibbs.bsm.dla.mil/, however instructions for submitting offers will be provided within the solicitation remarks of the solicitation as offers submitted solely 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 (SAM). 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 System for Award Management (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).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b6ac62692e94014a6dc50d2cc787aa9/view)
 
Record
SN07029293-F 20240414/240412230045 (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 |
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.