SOLICITATION NOTICE
84 -- Snow Camouflage Parka
- Notice Date
- 4/9/2025 10:43:55 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-R-0068
- Response Due
- 4/24/2025 12:00:00 PM
- Archive Date
- 05/09/2025
- Point of Contact
- Kimberly Brown
- E-Mail Address
-
kimberly.brown@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-0068 This synopsis is for the acquisition of the Parka, Snow Camouflage (PGC 00101) NSN: 8415-01-673-1538(s). This procurement will be issued in two (2) separate lots with one (1) award issued under each lot. Lot 1 is for 70% of the total requirement and will be 100% set aside for small business concerns. Lot 2 is for 30% of the total requirement and will be 100% set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. The Snow Camouflage Parkas are procured in accordance with military specification GL-PD-15-07A dated 15 February 2018; pattern dated 8 May 2020. 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 - VSTJ), 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 small business set aside is 14,000. The Annual Estimated Quantity (AEQ) for each of the five (5) tier ordering periods is 56,000 and the total maximum quantity is 350,000. *The total minimum quantity for the SDVOSB is 6,000. The Annual Estimated Quantity (AEQ) for each of the five (5) tier ordering periods is 24,000 and the total maximum quantity is 150,000. 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) by April 30, 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. 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. Point of Contact(s): Sherri Gehman, Contract Specialist, Email: sherri.gehman@dla.mil Kimberly A. Brown, Contracting Officer, Email: Kimberly.brown@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/777e3cd94c3a423fa22a59bfc94971c2/view)
- Place of Performance
- Address: Philadelphia, PA, USA
- Country: USA
- Country: USA
- Record
- SN07403258-F 20250411/250409230100 (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 |