Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

84 -- Trouser, Snow Camouflage, 8415-01-673-1413(s) (PGC 00102)

Notice Date
3/6/2025 7:03:29 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
SPE1C1-24-R0047
 
Response Due
3/15/2025 12:00:00 PM
 
Archive Date
03/30/2025
 
Point of Contact
Geoffrey Gilbert, Kimberly Brown, Phone: 2157370610
 
E-Mail Address
geoffrey.gilbert@dla.mil, kimberly.brown@dla.mil
(geoffrey.gilbert@dla.mil, kimberly.brown@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTE: This is a pre-solicitation notice, not a solicitation. The solicitation has NOT yet been issued. Solicitation Number: SPE1C1-24-R-0047 This synopsis is for the acquisition of the Trouser, Snow Camouflage (PGC 00102) NSN: 8415-01-673-1413(s). This procurement will be issued in two (2) separate lots with one (1) award issued under each lot. Lot 1 is for 60% of the total requirement and will be 100% set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Lot 2 is for 40% of the total requirement and will be 100% set aside for small business concerns. The Snow Camouflage Trousers are procured in accordance with military specification GL-PD-15-08B 16 June 2021; pattern dated 14 JUNE 2018. Production Lead Time (PLT) is 180 days for the initial delivery and 120 days for subsequent deliveries. Deliveries will be made to LVI � OCIE SE (Pendergrass, GA - VSTQ), Peckham Inc. (Lansing, MI-VSTG), Travis Industries for the Blind (Austin, TX-VSTZ). This procurement will have five (5) one-year pricing tiers with the following quantities: *The total minimum quantity for the SDVOSB is 12,000. The Annual Estimated Quantity (AEQ) for each of the five (5) tier ordering periods is 48,000 and the total maximum quantity is 300,000. *The total minimum quantity for the Small Business Set Aside is 8,000. The Annual Estimated Quantity (AEQ) for each of the five (5) tier ordering periods is 32,000 and the total maximum quantity is 200,000. This acquisition will utilize Best Value Source Selection procedures. Proposals submitted are required to include Product Demonstration Models (PDMs) and past performance. It is anticipated that this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) in April 2025. All offerors MUST be registered in the System for Award Management (SAM). All responsible sources may submit offers which, if received in a timely fashion, shall be considered. Important Note on Foreign Content: 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) 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. Important Notice on Availability of Solicitations: Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offerors should register to receive notification of this solicitation or solicitation amendments. 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 DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. Once the solicitation is posted, it will be available for viewing on DIBBS. From the DIBBS homepage, select ""Solicitations"" from the top bar to search for the solicitation. DIBBS Help can be accessed from the DIBBS homepage.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9acffdde0a814e1ba0be94d4ccf07ce2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07364090-F 20250308/250307152953 (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.