Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOLICITATION NOTICE

84 -- Trunks, Navy, PFU Type I and Type II

Notice Date
3/25/2025 8:00:09 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
SPE1C1-25-R-0068
 
Response Due
4/24/2025 12:00:00 PM
 
Archive Date
04/24/2025
 
Point of Contact
Maria C Aguayo, Kiaralis Velez Santiago
 
E-Mail Address
maria.aguayo@dla.mil, Kiaralis.VelezSantiago@dla.mil
(maria.aguayo@dla.mil, Kiaralis.VelezSantiago@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with FAR subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services as supplemented with information included in this notice. Proposals are being requested via DIBBS and Solicitation SPE1C1-25-R-0068 has a close date of April 24, 2025 at 3:00 PM ET. This acquisition is being processed under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services and therefore will utilize simplified procedures for soliciting competition, evaluation, and award documentation and notification that comply with FAR subpart 13.1. The proposed acquisition is for the manufacture and delivery of Trunks, Navy, Physical Fitness Uniform (PFU) Type I and Type II and are made in accordance with (Navy Clothing and Textile Research Facility purchase description) NCTRF PD 17-15A dated December 12, 2017, and the interim changes listed within the solicitation. Trunks, Navy, PFU Type I PGC: 00048 Unit of Issue is Pair (PR) UPC NSN Nomen Size 718020060293 8415-01-559-7233 6� TRUNKS, GENERAL PURP X-Small 718020540016 8415-01-559-7235 6� TRUNKS, GENERAL PURP Small 718020433424 8415-01-559-7239 6� TRUNKS, GENERAL PURP Medium 718020551715 8415-01-559-7313 6� TRUNKS, GENERAL PURP Large 718020111353 8415-01-559-7316 6� TRUNKS, GENERAL PURP X-Large 718020455860 8415-01-559-7319 6� TRUNKS, GENERAL PURP XX-Large 718020470115 8415-01-559-7322 6� TRUNKS, GENERAL PURP XXX-Large Trunks, Navy, PFU Type II PGC: 00048 Unit of Issue is Pair (PR) UPC NSN Nomen Size 718020483849 8415-01-559-7159 8� TRUNKS, GENERAL PURP X-Small 718020588520 8415-01-559-7198 8� TRUNKS, GENERAL PURP Small 718020533940 8415-01-559-7200 8� TRUNKS, GENERAL PURP Medium 718020522296 8415-01-559-7202 8� TRUNKS, GENERAL PURP Large 718020072401 8415-01-559-7208 8� TRUNKS, GENERAL PURP X-Large 718020070292 8415-01-559-7211 8� TRUNKS, GENERAL PURP XX-Large 718020585031 8415-01-559-7216 8� TRUNKS, GENERAL PURP XXX-Large Solicitation SPE1C1-25-R-0068 is issued as a 100% total small business set aside, with FOB destination, and inspection and acceptance at origin. The award made under this solicitation will result in one (1) firm-fixed price, indefinite delivery, indefinite quantity type contract. There will be two (2) 12-month tier periods and a unit price must be provided for each tier within Section B. The NAICS code is 315210 - Cut and Sew Apparel Contractors; the size standard is 750 employees. The quantities being procured are a combination of any size as follows: Minimum Quantity: 75,000 PR Annual Estimated Quantity: 300,000 PR Maximum Quantity: 375,000 PR This acquisition will utilize a �Best Value Tradeoff� approach. The tradeoff will allow an integrated assessment of PDMs, past performance, and a fair and reasonable price to determine the best value to the Government. Passing PDMs and Past Performance when combined are more important than cost or price. As other evaluation factors become more equal, the evaluated price becomes more important. Refer to Section L and Section M for evaluation factor details. Offerors are advised that if they take exception to any of the terms and conditions in the solicitation, their offer may be excluded from consideration of award. The solicitation�s Non-Cost/Price Evaluation Factors, Sub-factors, and Sub-elements (listed in order of importance): 1. Technical Evaluation Factor: Product Demonstration Model (PDM) (All sub-factors are of equal importance) a. Visual Requirements b. Manufacturing Requirements c. Dimensional Requirements d. Physical Requirements 2. Past Performance Factor: Past Performance - Performance Confidence Assessment (All sub-factors are of equal importance) a. Recency b. Relevancy c. Quality of Products i. Past Quality of Items (sub-element) ii. Past Delivery Performance (sub-element) Product Demonstration Model (PDM) Requirement: Five (5) trunks (3 type I, 2 type II) in size medium shall be submitted for visual, manufacturing, dimensional, and physical requirements. Size and Type must be indicated on the label on the PDM. PDMs must be submitted for every intended place of performance. Alternate materials will NOT be allowed. Please see Section L and Section M for more details. Past Performance Evaluation: Offeror�s record of past performance must be returned with complete information provided in accordance with Section L of subject solicitation. Price Evaluation: Offeror must provide a unit price for each tier within Section B of the subject solicitation. All material shall be contractor furnished. Offerors are cautioned that all components must be of domestic origin in compliance with clause DFARS 252.225-7012 Preference for Certain Domestic Commodities (APR 2022). Production Lead Time (PLT): The first delivery order will be 90 days after contract award (or post-award pre-production sample approval). All subsequent delivery orders will be 90 days after the date of order in block 3 of the delivery order(s). Deliveries will be made to DLA�s third-party logistics (3PL) depot SD0119 � Peckham Inc. (Lansing, MI). Radio Frequency Identification (RFID) is required at the item, case, and pallet level under this procurement for shipments to all depots. FAR 52.212-1 Instructions to Offerors --Commercial Products and Commercial Services (SEP 2023) is incorporated in this solicitation by reference and addendums are noted under Section A. All offerors shall be registered in SAM 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. It is estimated that the solicitation will be posted on https://www.dibbs.bsm.dla.mil/ on the same day as this notice. Instructions for submitting offers will be provided within the solicitation remarks and contract sections. 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: A. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. B. 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). C. 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), 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 may not have patterns. 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 ***If you send a request alert the contract specialist via email so they can also track your request.***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b450ad419bca4b6aa5e6dd42b5cafcde/view)
 
Record
SN07385487-F 20250327/250325230049 (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.