Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

84 -- IHWCU-ACU Coat and Trousers

Notice Date
2/4/2025 11:08:09 AM
 
Notice Type
Presolicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C125R0003
 
Response Due
2/21/2025 12:00:00 PM
 
Archive Date
03/08/2025
 
Point of Contact
Aaron Rinnier, RANDALL MCARTHUR
 
E-Mail Address
aaron.rinnier@dla.mil, RANDALL.MCARTHUR@DLA.MIL
(aaron.rinnier@dla.mil, RANDALL.MCARTHUR@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This pre-solicitation Amendment is issued 04 February 2025 to assist offerors with Product Demonstration Model (PDM) planning. The solicitation has NOT yet been issued. The following are the anticipated PDM requirements for solicitation SPE1C1-25-R-0003. As the solicitation has not yet been issued, the Government reserves the right to change the PDM requirements and does not incur any responsibility or obligation to offerors, manufacturers, or suppliers in providing these anticipated PDM requirements. Please withhold questions regarding PDMs and technical documents until the solicitation is posted � any such questions will not be answered until then. Specifications and patterns may be requested through the portal provided in the original posting. Anticipated PDM requirements: Specifications and Patterns for each item are listed above. Each sewing facility proposed to manufacture the manufacture the ACU Coat (Type I, Class 2, Style A) must produce and provide exactly one ACU Coat. Each sewing facility proposed to manufacture the ACU Trousers (Type I, Class 2, Style A) must produce and provide exactly one pair of ACU Trousers. Neither common ownership, nor proximity of one proposed sewing facility to any other proposed sewing facility, alters this responsibility. All PDMs shall be size Medium Regular. ________________________________________________________________________________________________________ This is a pre-solicitation notice, NOT a solicitation. The solicitation has NOT yet been issued. Solicitation Number: SPE1C1-25-R-0003 This requirement is for the following: Items: Coat, Improved Hot Weather Combat Uniform (IHWCU), Army Combat Uniform (ACU) Operational Camouflage Pattern (OCP) SPEC: GL/PD 15-04G dated 20 December 2021, Type I (Unisex), Class 2 PGCs: 00044 PATTERN: 30 July 2020 NSNs: 8415-01-670-7853 Trousers, IHWCU, ACU OCP SPEC: GL/PD15-05G dated 9 January 2024, Type I (Unisex), Class 2 PGCs: 00045 PATTERN: 6 September 2023 NSNs: 8415-01-670-5110 Coat, ACU, Type I, Class II, OCP SPEC: GL/PD 14-04B dated 26 June 2023, Type I, Class 2, Style A PGCs: 03976 PATTERN: 8 November 2023 NSNs: 8415-01-623-5052 Trousers, ACU, Type I, Class II, OCP SPEC: GL/PD 14-05C dated 25 April 2024, Type I, Class 2, Style A PGCs: 03977 PATTERN: 9 June 2015 NSNs: 8415-01-623-3923 Destination: PGC: 00044, 00045, 03976, 03977 Pendergrass, GA FOB Destination PGC: 03976, 03977 Austin, TX FOB Destination Duration of the Contract Period: For each Lot, 5 years consisting of five consecutive 12-month price Tiers. Production Lead Time: 180 days initial, 150 days subsequent Lot Structure: Lot 1 is a WOSB Set-Aside, Lot 2 is a HUBZone small business Set-Aside, Lot 3 is a Small Business Set-Aside, and Lot 4 is a Small Business Set-Aside. See the attached Lot Structure for quantities. The government intends to make four awards under this solicitation, one for each lot. This solicitation will result in firm fixed price contract(s). This procurement will use the Best Value Trade Off method of source selection. Inspection and Acceptance is at Origin. All material used in the fabrication are to be furnished by the successful offeror. The Government reserves the right to perform conversions to the various combat utility uniforms or any new combat utility uniforms with similar patterns and specifications, should the Government determine a need. Any conversion will be via modification and issued under the Changes Clause. The Solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DIBBS Home Page. Only electronic submission of proposals via DIBBS will be permitted. Potential offerors are strongly encouraged to register now and ensure they are prepared for the electronic submission process. Registration may take several weeks to complete. 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 and patterns on our contracting page using the following link: http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx Should the site not be functional, or if there any questions regarding electronic specs/patterns, please email the following: TrpSptC&T-TDR@dla.mil and/or TrpSptC&T-Patterns@dla.mil Please DO NOT contact the Contract Specialist and/or the Contracting Officer to request specifications or patterns. Availability of Solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. The following are the anticipated PDM requirements for the solicitation. As the solicitation has not yet been issued, the Government reserves the right to change the PDM requirements and does not incur any responsibility or obligation to offerors, manufacturers, or suppliers in providing these anticipated PDM requirements. Please withhold questions regarding PDMs and technical documents until the solicitation is posted � any such questions will not be answered until then. The anticipated Technical Data for the items is attached to this pre-solicitation but may be amended. Specifications and patterns may be requested through the portal provided above. Anticipated PDM requirements: Specifications and Patterns for each item are listed above. Each sewing facility proposed to manufacture the IHWCU Coat must produce and provide exactly one IHWCU Coat (Type I (Unisex), Class 2). Each sewing facility proposed to manufacture the IHWCU Trousers (Type I (Unisex), Class 2) must produce and provide exactly one pair of IHWCU Trousers. Each sewing facility proposed to manufacture the ACU Coat (Type I, Class 2, Style A) must produce and provide exactly one ACU Coat. Each sewing facility proposed to manufacture the ACU Trousers (Type I, Class 2, Style A) must produce and provide exactly one pair of ACU Trousers. Neither common ownership, nor proximity of one proposed sewing facility to any other proposed sewing facility, alters this responsibility. All PDMs shall be size Medium Regular. Supplier Risk Performance System (SPRS) DLA is one of many agencies using the DoD Supplier Performance Risk System (SPRS). It is imperative that vendors validate their performance data in SPRS. Vendors must register at the website https://www.sprs.csd.disa.mil/ for access to view their past performance scores and negative delivery and quality records affecting the scores. The SPRS User's Manual provides information concerning vendor scoring, negative & positive performance data utilized to calculate vendor scores, and the process in which to challenge discrepant performance data. The SPRS site has a number of user manuals found at https://www.sprs.csd.disa.mil/reference.htm. DLA is just a member of SPRS, not the owner of the system, so if you have any access issues please contact the SPRS Customer Support Desk: Phone: 207-438-1690 or email: webptsmh@navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42d2aaec46d04e4aafcc99afe2d63b18/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07332581-F 20250206/250204230035 (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.