SOLICITATION NOTICE
84 -- NAVY TROUSERS, MAN'S, BROADFALL, BLUE SHADE #346 (W/ ZIPPER)
- Notice Date
- 1/24/2025 11:45:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315210
— Cut and Sew Apparel Contractors
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C125R0033
- Response Due
- 2/25/2025 12:00:00 PM
- Archive Date
- 02/26/2025
- Point of Contact
- MARCIA HENSON, Phone: 2157372534, Johanette Soto
- E-Mail Address
-
MARCIA.HENSON@DLA.MIL, johanette.soto@dla.mil
(MARCIA.HENSON@DLA.MIL, johanette.soto@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ITEM: Navy Trousers, Man's, Broadfall, Blue Shade 346 (w/zipper) PGC 03911, NSN: 8405-01-611-2009(s) Specification/PD: End Item Description NCTRF-PD-87038E 8 FEB 2016. RFP SPE1C1-25-R-0033 will be utilized for the purchase of item Navy Broadfall Trousers. A Solicitation is being issued for the purchase of the Navy Trousers, Man's, Broadfall. This information is for solicitation SPE1C1-25-R-0033. The item is as follows: Item: Navy Trousers, Man's, Broadfall, Blue Shade 346 (w/zipper). The Solicitation will be issued as 100% Small Business Set-Aside that will result in a firm fixed price, Indefinite Delivery � Indefinite Quantity Type contract. Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in an Indefinite Delivery Type Contract. The resultant contract or contracts 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. 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: 18,900 pair Annual Estimated Quantity: 47,256 pair per tier Contract Maximum: 330,800 pair all tiers combined NOTE: The Government will be obligated to order the guaranteed minimum quantity of 18,900 pair prior to the final expiration of each resultant contract. It is likely that the Government will procure this quantity at the time of contract award. The annual estimated quantity is the Government�s best faith estimate of the quantities to be ordered within each tier period/year. This is based on the current demand and the forecasted demand provided by the military customers for this item. This does not obligate the Government to order this quantity each year and is provided only for informational purposes. The Government is not obligated to order the maximum quantity listed above; however, the Government has the legal right to order up to this quantity prior to the final expiration of any resultant contract. The Government guarantees that it will order the Guaranteed minimum contract quantity units during the life of the resultant contract. The guaranteed minimum quantity may be ordered during any tier/performance period or combination of tier/performance periods. The Government may fulfill the guaranteed minimum quantity by issuing a single delivery order or any number of delivery orders. However, in fulfilling the guaranteed minimum quantity, the total dollar value expended by the Government shall not exceed the dollar value of the guaranteed minimum quantity procured at the lowest unit price established under the contract and is hereafter referred to as the �guaranteed minimum dollar value.� The Government will be considered to have fulfilled its obligation to order the guaranteed minimum quantity when the guaranteed minimum dollar value has been met. This proposed buy will result in one award of Firm, Fixed Price, Indefinite Delivery Type Contracts (one Lot). Clause 52.215-1, �Instruction to Offerors � Competitive Acquisition will be included in the solicitation to permit award based on initial offers. It is anticipated that discussions will not be necessary; however, the Government reserves the right to conduct discussions if there are issues that require negotiations. In addition, Oral/Written Discussions is being checked off on the IAP as ""Will not be conducted"" so the Government reserves the right to award on initial offers. This proposed buy will result with the intent of the Government to award one (1) negotiated Indefinite Delivery Type contracts. Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award, 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 End Item Description NCTRF-PD-87038E 8 FEB 2016, and Past Performance/Performance Confidence Assessment, Offerors are required to submit one (1) PDM for each item in accordance with �Instructions for Submitting Product Demonstration Models to DLA Troop Support�. The Navy Trousers, Man's, Broadfall, Blue Shade 346 (w/zipper) (PGC 03911) will be evaluated in accordance with End Item Description NCTRF-PD-87038E 8 FEB 2016. Offerors will be required to submit a total of one (1) size 34R Product Demonstration Models (PDMs) 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 must be submitted with offers and will be evaluated for conformance to the specifications. The first Delivery Order is due to begin 120 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: Destination for Delivery: VSTN- SC0119 Peckham Inc. Navy & Coast Guard 3PL 5408 W. Grand River Ave. Bldg. A Lansing, MI 48906 The Navy Broadfall Trousers will require Inspection and Acceptance at Origin. RFID is required at item, case and pallet as the items are in the Warfighter Recruit Bag. All materials and components shall be Berry Amendment compliant. All manufacturing shall be Berry Amendment compliant. The applicable North American Industrial Classification System Code (NAICS) is 315210 � Cut and Sew Apparel Contractors. 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: NCTRF-PD-87038E 8 FEB 2016. Specification will be included at time of solicitation as an attachment. Technical Data is included within Solicitation SPE1C1-25-R-0033. Specification and Tech Data 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). 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. Please ensure the following required fields are entered when submitting your request: Spec/Cid Number: NCTRF-PD-87038E Spec/Cid Date: 8 FEB 2016 Pattern Date: 08 January 2016 Item Description: Navy Trousers, Man's, Broadfall, Blue Shade 346 (w/zipper) (PGC 03911) Solicitation Number: SPE1C1-25-R-0033 Contracting Office Address: 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 Primary Point of Contact: Marcia A. Henson Contracting Officer Marcia.Henson@dla.mil Phone: 215-737-2534 Secondary Point of Contact: Johanette Soto Acquisition Specialist Johanette.Soto@dla.mil Phone: 215-737-0788
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5fde6bd363d84a68ad4732541648de02/view)
- Record
- SN07323006-F 20250126/250124230103 (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 |