SOLICITATION NOTICE
84 -- Mock T, Working Jersey (PGC 03289)
- Notice Date
- 4/2/2025 12:18:54 PM
- 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
- SPE1C1-25-R-0082
- Archive Date
- 05/02/2025
- Point of Contact
- Marissa Sacca, Roxane Owen
- E-Mail Address
-
Marissa.1.Sacca@dla.mil, roxane.owen@dla.mil
(Marissa.1.Sacca@dla.mil, roxane.owen@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-solicitation Notice / Synopsis for Solicitation No: SPE1C1-25-R-0082 This is for the purchase of the following: Item 0001: Mock T, Working Jersey NSN Series: 8415-01-540-0239 PGC: 03289 End Item Specification: NCTRF-PD 14-06A dated 08 February 2007 Pattern Date: 09 December 2008 This acquisition will be issued as a Total Small Business Set-Aside, for the manufacture and delivery of the Mock T, Working Jersey (PGC 03289). The Mock T, Working Jersey shall be manufactured in accordance with NCTRF-PD 14-06A dated 08 February 2007; Pattern Date: 09 December 2008. This procurement will result in one (1) Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity type contract. The contract will consist of a one-year Base term ordering period. The quantities provided below are estimates and may change at the time of solicitation based on changes in demand and supply position. Mock T, Working Jersey Minimum Quantity: 11,340 EA Maximum Quantity: 60,012 EA Deliveries will be required to begin 150 days after the date of the first delivery order. The delivery destination for subject item is VSTN (Peckham Inc. � Navy and Coast Guard 3PL � Lansing, MI). RFID at item, case, and pallet level will be required for subject item(s). All materials used to manufacture this item are to be furnished by the contractor. All materials/components shall be Berry Amendment compliant. Evaluation shall occur on a Lowest Price Technically Acceptable (LPTA) basis, where acceptability must be attained in the following non-price evaluation factor: Product Demonstration Model (PDM). Prices must also be determined fair and reasonable prior to the award. Offerors will be required to submit PDMs from each proposed place of performance; two (2) size Large PDMs must be submitted with offers. Note: 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. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. The Solicitation will be posted on DIBBS and SAM.gov. Please check both. Refer to the following when viewing solicitation on DIBBS: The Solicitation will be posted on 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/. 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)(https://www.sam.gov). 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 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. NOTICE TO DLA SUPPLIERS: DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for this solicitation, use the following link to the DLA Troop Support 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 14-06A Spec/Cid Date: 08 February 2007 Pattern Date: 09 December 2008 Item Description: Mock T, Working Jersey (PGC 03289) Solicitation Number: SPE1C1-25-R-0082 The points of contact for subject acquisition are: Marissa Sacca � Acquisition Specialist Email: Marissa.1.Sacca@DLA.mil Roxane Owen � Contracting Officer Email: Roxane.Owen@DLA.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1120cf278a1d41508068e7a7268fe078/view)
- Place of Performance
- Address: Philadelphia, PA 19111, USA
- Zip Code: 19111
- Country: USA
- Zip Code: 19111
- Record
- SN07395703-F 20250404/250402230055 (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 |