SOLICITATION NOTICE
84 -- Airsave Vest Type I, Type II and Components
- Notice Date
- 5/8/2025 11:06:56 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
- SPE1C1-25-R-0088
- Response Due
- 5/23/2025 12:00:00 PM
- Archive Date
- 06/07/2025
- Point of Contact
- Mara Cremen, Michelle Falkowski215-737-5479
- E-Mail Address
-
mara.cremen@dla.mil, Michelle.Falkowski@dla.mil
(mara.cremen@dla.mil, Michelle.Falkowski@dla.mil)
- Description
- Synopsis/Pre-Solicitation Notice This acquisition is for the manufacture and delivery of the AirSave Survival Vest, Type I & Type II, and components NSNs: 8415-01-568-9793 (Type I) 8415-01-568-9791 (Type II) 8415-01-622-2659 (Sea Pocket Assembly) 8415-01-579-1739 (Harness, Hoisting AS) 8415-01-569-4286 (Pocket, Radio, Surviv) 8415-01-569-4123 (Pocket, General) 8415-01-569-4118 (Pocket, Oxygen Regul CRU-103/P) 8415-01-569-3989 (Pocket, Oxygen, Regul V-22) 8415-01-569-4120 (Pocket, Underwater B) 8415-01-569-4125 (Pocket, Pistol Surviv) 8415-01-577-6764 (Pocket Knife) 8415-01-578-9850 (Strap Adjustment) 8415-01-579-1786 (Panel Expansion) Items are to be made in accordance with NAWC-PD-29611B, dated 31 July 2014 and all interim changes. All material shall be contractor furnished. A Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity contract with tiered pricing periods consisting of five (5) 12-month ordering periods (Tier Periods 1-5) is planned. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through 364 days). 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). Tier four (4) will have a performance period immediately following tier three (3) through 365 days thereafter (1,095 through 1,459). Tier five (5) will have a performance period immediately following tier four (4) through 365 days (1,460 through 1,824). There is a Guaranteed Minimum Quantity of 496 each with an Order Limitation Quantity of 29,674 each. The Annual Estimated Quantity (AEQ) is 23,744 each. The Guaranteed Minimum Quantity will consist only of the Vest Survival � Type I (8415-01-568-9793). The solicitation number is SPE1C1-25-R-0088 and will be issued on an Unrestricted basis. The estimated release date of the solicitation is June 23, 2025. Inspection and Acceptance at Origin. FOB Destination. Destination locations are Lansing, MI, Pendergrass, GA and Austin, TX. The production lead-times will be as follows: First Article Test (FAT) samples: 150 days. 30 days for Government review of FAT. Production Lead Time for the AirSave Vest, Type I & II: 150 days after date of award at a rate of up to 130 each a month (any vest combination). Production Lead Time for all other components: 150 days after date of award at a rate of up to 300 each a month (any component combination) This acquisition will utilize Best Value; Trade-Off Source Selection Procedures in accordance with the DoD Source Selection Procedures dated August 20, 2022. The trade-off will allow the government to make an integrated assessment of technical merit over price to ensure the successful awardee understands the technical requirements to manufacture the AirSave Vest, Type I & II and components. The solicitation�s non-cost price factors are as follows: Factor 1: Product Demonstration Models (PDM) Factor 2: Past Performance � Performance Confidence Assessment (a) Recency (b) Relevancy of Prior Contract (c) Quality & Delivery Performance 1) Past Quality of Items 2) Past Delivery Performance 3) Past Socioeconomic Support Performance * Note: The three subfactors, Recency, Relevancy of Prior Contracts, and Quality & Delivery Performance, all have equal importance. Under the Quality & Delivery Performance subfactor, the elements of Past Quality of Items, Past Delivery Performance, and Past Socioeconomic Performance will not be separately rated. Factor 3: Socioeconomic Program Support The non-cost evaluation factors are listed in descending order of importance. The first non-cost factor of Past Performance �Performance Confidence Assessment is the most important evaluation factor. The second non-cost factor of Socioeconomic Program Support is last in importance. The solicitation will be issued on an FOB Destination basis in accordance with FAR 47.304-1(g)(5). All offered products MUST meet the provisions of 252.225-7012 Preference for Certain Domestic Commodities. 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/ 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 DLA Troop Support Clothing and Textiles solicitations, use the following link to the DLA Troop Support C&T Technical Data Repository area at https://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx AND ASSIST-QuickSearch Basic Search (dla.mil)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2b9107c43618412ab30162e7ca16f245/view)
- Record
- SN07436996-F 20250510/250508230057 (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 |