SOLICITATION NOTICE
84 -- USMC Assault Pack Liner
- Notice Date
- 3/5/2025 9:09:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 313210
— Broadwoven Fabric Mills
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C1-ASSAULTPACK-LINER
- Response Due
- 4/5/2025 12:00:00 PM
- Archive Date
- 04/05/2025
- Point of Contact
- Kimberly Sabo
- E-Mail Address
-
kimberly.sabo@dla.mil
(kimberly.sabo@dla.mil)
- Description
- DLA Troop Support is planning an acquisition for the manufacture and delivery of the Assault Pack Liner NSN 8465-01-613-1233 for the USMC. The Assault Pack Liner shall be manufactured in accordance with GL/PD 13-02, DTD 9 October 2013 and Interim Change Letter GL/PD 13-02 DTD 7 February 2014. Please contact James Beaver, james.beaver@dla.mil for specification inquiries. The Government plans to have a three (3) year ordering period with tiered pricing under any resultant contracts. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 364). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 365 through 729). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 730 through 1,094). Acceptance of each of the three (3) 12-month tier periods is mandatory. MIN: 1,850 AEQ: 7,400 MAX: 27,750 NOTE: The Government will be obligated to order the guaranteed minimum quantity prior to the final expiration of any resultant contracts. It is likely that the Government will procure this quantity at the time of contract award. The annual estimated quantities are the Government�s best faith estimate of the quantities to be ordered within each tier period. This is based on the current demand and the forecasted demand provided by the services for this item. This does not obligate the Government to order these quantities 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. FAR clause 52. 209-4 First Article Approval � Government Testing, with alternate I, and procurement note H03 � Supplemental First Article Testing Requirements will be included in the solicitation. First article testing may be waived if a potential awardee requests the waiver and meets the requirements outlined in procurement note H03. Deliveries will be made to DLA�s 3PL depots located in Peckham, MI, Pendergrass, GA, and Travis, TX The solicitation will be issued Unrestricted with 10% HubZone Price Evaluation Preference. The solicitation will require F.O.B. destination and inspection and acceptance at source. The source selection shall be a best value tradeoff process in accordance with FAR 15.101-1 and the Department of Defense Source Selection Procedures Manual dated August 2022. The following evaluation factor shall be applicable to the solicitation: Past Performance Evaluation. All offerors MUST be registered in SAM in order to be eligible for award. All responsible sources may submit offers which, if timely received, shall be considered. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. 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 through DIBBS will not be considered for award. Detailed system requirements and instructions 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). 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/64e501950682407d8e880ce653133233/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07362327-F 20250307/250307070540 (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 |