Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2002 FBO #0369
SOLICITATION NOTICE

84 -- Receipt, Storage, Inspection (Pre- and Post-Treatment) of, Application of Permethrin Treatment to, and Return Shipment of Government-Owned Battle Dress Uniforms

Notice Date
12/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0100-03-Q-4043
 
Archive Date
1/23/2003
 
Point of Contact
Sarah Swanljung, Contract Specialist, Phone 215-737-7018, Fax 215-737-5624, - Harry Streibich, Contracting Officer, Phone 215-737-2461, Fax 215-737-7849,
 
E-Mail Address
paa9738@dscp.dla.mil, hstreibich@dscp.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition will result in a service contract for the receipt, storage, inspection (pre- and post-treatment) of, application of permethrin treatment to, and return shipment of Government-owned battle dress uniforms (BDUs). The services to be provided are applicable to a beginning inventory of Government-owned, Woodland Camouflage printed, Battle Dress Uniforms (consisting of 5,075 each of Coats and 5,355 each of Trousers), which shall be received by the contractor, in its entirety, at the beginning of the contract period. The contractor shall treat uniforms with permethrin insect repellent. The completed garments shall contain 0.113 to 0.137 mg/cm2 of permethrin with a standard deviation of 0.036 to 0.044 when tested in accordance with the gas chromatographic method specified in applicable portions of MIL-DTL-44048 (paragraph 4.4.8). The permethrin (US patent No. 4,024,163) used shall be in accordance with Type II of MIL-DTL-44411. The contractor shall apply a caution label to each garment (Coat and Trouser). NSNs of the treated BDUs are: 8415-01-453-4039(s) (Trousers) and 8415-01-453-7794(s) (Coats). A web-based system for offerors to request specs, patterns, drawings, etc. has been developed and can be accessed at the following web address: http://ct.dscp.dla.mil/Index.html. NOTE: The process is considered to be commercial in nature and award will be made in accordance with FAR Part 12. An offeror must comply with all environmental regulations and must possess applicable EPA certification. Submission of proof of certification will be required with offer. The acquisition will include a one-time delivery of all treated BDUs eight (8) weeks after date of award. Delivery will be made to Cadet Services Division, West Point, NY 10996-1595. No optional ordering terms will be included in this acquisition. The Government intends to make one (1) award based upon an integrated assessment of technical factors and price resulting in the Best Value to the Government. A Technical Proposal will be required consisting of the following: (1) Past Performance and (2) Quality Plan. (The contractor shall establish and maintain a quality control plan for all services to be performed. The contractor's Quality Control Plan shall provide, at a minimum, their inspection systems for all services required, including a sampling plan, inspection points, system(s) for identification and correction of deficiencies caused by the contractor.) Past Performance and Quality Plan will be rated equally in terms of importance and the technical evaluation is considered to be more important than price. This acquisition includes a First Article Requirement. DSCP will provide the contractor with the First Article Sample lot within seven (7) calendar days of contract award and the contractor shall complete all requirements of the First Article Sample within seven (7) calendar days after receipt. Except for the Government-owned battle dress uniform inventories, the contractor shall provide all labor, and facilities, equipment, materials and supplies necessary to accomplish all required services under the contract. The contractor shall have on-hand and maintain all necessary equipment, materials and supplies for the inspection and treatment of government-owned uniforms including, but not limited to, sewing machines, thread, labels, tape, inspection tables, packaging materials, and pallets. The contractor shall provide all necessary storage and handling facilities and equipment to fully manage the inventory and perform all storage, shipping, receiving and inventory movement services required under the contract. Offered prices shall be based on a F.O.B. Destination basis. Anticipated Solicitation Issuance Date is on/about 19 December 2002. See Numbered Notes 1 and 9. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations in paper form. Offeror should register to receive notification of this solicitation. Copies of this solicitation can be found on the DLA Procurement Gateway (Gateway) at http://progate.daps.mil/home (on/after 19 December 2002). From the Gateway home page, select -Search RFQs- from the left-hand sidebar. Then choose the RFQ you wish to view. In addition, you can enter DSCP C&T FSCs and NSNs to receive notification of RFQs/RFPs. The Gateway will send all registered users an e-mail notification of RFQ/RFP solicitations based on your FSC and NSN profile. The NSN notification will contain a link that can connect users directly to a digital copy of the solicitation on the Internet. The solicitations will be in a downloadable, printable format when viewed with an Adobe Acrobat Reader. Free software is available at http://www.adobe.com/products/acrobat/readstep2.html. Gateway technical assistance is available at admin_support@pgmail.daps.mil. 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 NOTE: Amendments to this solicitation WILL NOT be available via the Gateway. In order to receive notification of amendments to this solicitation you must E-MAIL the Contract Specialist, listed below under Point of Contact, with the name and address of prospective offeror, phone and fax number and a point of contact. Please reference solicitation number in all e-mail correspondence. An unsuccessful offer may result if prospective offeror FAILS to e-mail the Contract Specialist of their intent to offer on this solicitation.
 
Record
SN00216279-W 20021206/021205073839 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.