Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2024 SAM #8318
SOLICITATION NOTICE

84 -- Socks, Boot, Antimicrobial, Coyote Brown

Notice Date
9/3/2024 3:39:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315120 —
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-24-R-0088
 
Response Due
10/2/2024 12:00:00 PM
 
Archive Date
10/03/2024
 
Point of Contact
Donna Kuzma-Streibich, Phone: 2157378486, Vincent Davis, Phone: 2157373357
 
E-Mail Address
DONNA.STREIBICH@DLA.MIL, vincent.davis@dla.mil
(DONNA.STREIBICH@DLA.MIL, vincent.davis@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ITEM: SOCKS, BOOT, ANTIMICROBIAL, COYOTE BROWN PGC: 02885; NSN: 8440-01-508-4956(s)-PR Specification/PD: CR/PD -03-18F- 15 September 2017 RFP SPE1C1-24-R-0088 will be utilized for the purchase of item SOCKS, BOOT, ANTIMICROBIAL, COYOTE BROWN �� A Solicitation is being issued for the purchase of the SOCKS, BOOT, ANTIMICROBIAL, COYOTE BROWN ITEM: SOCKS, BOOT, ANTIMICROBIAL, COYOTE BROWN PGC: 02885; NSN: 8440-01-508-4956(s)-PR The Solicitation for the purchase of the Socks, Boot, Antimicrobial, Coyote Brown will result with the intent of the Government to award one contract. The RFP and proposed contract(s) will be issued as 100% Small Business Set-Aside.� Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in firm fixed price contract or contracts in accordance with FAR Part 12, Acquisition of Commercial Items. The resultant contract will be an award of a 60-month contract consisting of five (5) 12-month price tier periods. Each tier shall be for a 12-month period.� This proposed buy will result in a negotiated Indefinite Delivery Type contract(s).� This acquisition is a 60-month contract consisting of five (5) 12-month price tier periods. The quantities will be as follows: Quantity Total Acquisition: Contract Guaranteed Min: 175,000 pair Annual Estimated Quantity: 700,000 pair per tier Contract Maximum: 4,365,000 pair all tiers combined The resultant contract(s) will have a Five (5) year ordering period. Within the Five (5) year ordering period, there will be Five (5) 12-month price Tier periods. This proposed buy will result in a negotiated Indefinite Delivery Type Contract(s). The quantities for the acquisition are listed above for the total acquisition. This proposed buy will result with the intent of the Government to award up to one (1) negotiated Indefinite Delivery Type contracts.� Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award(s), and as a result, Technical Proposals are required. Technical and Past Performance, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance:� Product Demonstration Model (PDM) in accordance with CR/PD 03-18F, dated 15 September 2017 �and Past Performance/Performance Confidence Assessment. Physical test reports in accordance with Table I and Table III Physical Requirements for Basic Material of CR/PD-03-18F, dated 15 September 2017, are required with PDM submission.� The test reports will be evaluated using the Pass/Fail Method to determine if the submitted test results conform to the Table I and Table III Physical Requirements for Basic Material. Test reports must be submitted along with the PDMs for every intended place of performance, including all proposed sub-contractors. Test reports must be submitted from an independent testing laboratory along with PDMS. Evaluation of the PDMs will effectively indicate the contractor�s comprehension of the item�s technical requirements and their ability to manufacture the items in accordance with the Purchase Description.� Therefore, for this solicitation, alternate materials will NOT be permitted.� To ensure that the contractor can manufacture the item, the specified materials outlined in Purchase Description CR/PD-03-18F, dated 15 September 2017, must be used. Offerors will be required to submit a total of three (3) size large Product Demonstration Models (PDMs) for the Socks, Boot, Antimicrobial, Coyote Brown from each proposed place of performance; a history of their experience/past performance record from the period three years prior to the solicitation closing date. PDMs and test reports must be submitted with offers and will be evaluated for conformance to the specifications. The first Delivery Order is due to begin 90 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Travis Association for the Blind, Austin TX. Inspection and Acceptance are at DESTINATION. RFID is required at item, case and pallet as the items are in the Warfighter Recruit Bag. All materials used to manufacture this item are to be furnished by the contractor. All materials/components and manufacturing �shall be Berry Amendment compliant. The applicable North American Industrial Classification System Code (NAICS) is 315120 � Apparel Knitting Mills. Small business size standards matched to industry NAICS codes are published by the Small Business Administration and are available at http://www.sba.gov/content/table-small-business-size-standards. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. SPECIFICATION:CR/PD 03-18F, dated 15 September 2017. Specification will be included at time of solicitation as an attachment. �Technical Data is included within Solicitation SPE1C1-24-R-0088. �Specification and Tech are included as an attachment to the solicitation document in SAM.gov and DIBBS.� 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 in SAM.gov simultaneously 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 (if patterns and drawings are available). NOTE: Commercial Items do not have patterns.� The item in this solicitation is considered commercial items and DO NOT have patterns or artwork for logos (should logos apply). 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: Donna Kuzma-Streibich Contracting Officer Donna.Streibich@dla.mil��� Phone: 215-737-8486���������������� Secondary Point of Contact:��������������� Vincent D. Davis Acquisition Specialist Vincent.davis@dla.mil Phone: 215-737-3357 Secondary Point of Contact:��������������� Mimi Pham Acquisition Specialist Mimi.Pham@dla.mil Phone: 215-737-0316��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e09b7db5ed7642a3a9a175893fa784f8/view)
 
Record
SN07196239-F 20240905/240903230121 (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.