Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

84 -- Navy Task Force Working/Utility Uniform (NWU)

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SPM1C107R0017
 
Response Due
5/15/2007
 
Archive Date
5/30/2007
 
Small Business Set-Aside
Partial Small Business
 
Description
ITEMS and lead NSNs: Blouse, Working, US Navy 8405-01-540-2346(s); Trousers, Working, US Navy 8405-01-540-1280(s); Blouse, Maternity, Working, US Navy 8410-01-540-2996(s), and Trousers, Maternity, Working, US Navy 8410-01-540-3075(s). SPECIFICATIONS: NCTRF PD 11-06A dated 10/31/06 (Blouse and Trouser) and NCTRF PD 13-06A dated 10/30/06 (Maternity Blouse and Trouser). PATTERN DATE: 20 March 2006 (Blouse and Trouser) and 25 October 2006 (Maternity Blouse and Trouser). DSCP 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 DSCP Clothing and Textiles (DSCP C&T) solicitations, use the following link to the DSCP C&T Technical Data Repository area at https://ctportal.dscp.dla.mil/pls/portal/custom_dscp_app.ctsreq_dyn_pattern.show. The acquisition includes a base ordering term plus four option ordering terms. Acquisition quantity for Blouse, Working is a minimum/maximum of 166,320/798,240 each in the base term, 163,230/783,600 each in Option I, and 103,770/498,000 each per term for Options II-IV. Acquisition quantity for the Trousers, Working is 166,300/798,240 pair in the base term, 163,240/783,600 pair in Option I, and 103,740/498,000 pair per term in Options II-IV. Acquisition quantity for Blouse, Maternity is a minimum/maximum of 1,020/4,890 each per term. Acquisition quantity for Trousers, Maternity is a minimum/maximum of 920/4,440 pair per term. There will be an Unrestricted portion accounting for 20% of the quantities for Blouses and Trousers and 100% of the quantities for Blouses, Maternity and Trousers, Maternity. One award will be made under the Unrestricted portion. The Small Business Set-Aside portion will account for 80% of the total quantities above for Blouses and Trousers. The Set-Aside portion will allow for three awards, one at 40%, one at 25%, and one at 15% of the total quantities for Blouses and Trousers. The Government intends to make four (4) awards based upon an integrated assessment of technical factors and price resulting in the Best Value to the Government. The Government intends to solicit for Indefinite Delivery Indefinite Quantity Type contracts utilizing the Best Value concept requiring a Technical Proposal consisting of the following: (1) Product Demonstration Model - two PDMs will be required, one Blouse size Medium-Regular and one Trouser size Medium-Regular; (2) Past Performance; (3) Surge and Sustainment Capability; (4) Socioeconomic Consideration; (5) DLA Mentoring Business Agreement Plan; and (6) Javits-Wagner-O?Day Act Entity Proposal. The PDM samples to be submitted require creasing and Permanent Press treatment. The cloth used for the manufacture of the PDMs shall be Twill, Nylon/Cotton Blend conforming to the cloth characteristics as specified in the solicitation. The offeror is encouraged to begin PDM production immediately once the solicitation is issued to allow sufficient time for Permanent Press treatment. It is the offeror?s responsibility to ensure that PDMs arrive by the closing date and time of the solicitation. Deliveries will be to Lansing, MI, Norfolk, VA, and Austin, TX. Delivery will commence 165 days after date of award with a reduced leadtime of 90 days for follow-on delivery orders. FOB Destination pricing applies. All materials used to fabricate this item are to be furnished by the contractor. The solicitation involves manufacturing cloth in accordance with Specification NCTRF PD 16-06. Please note that this specification contains Proprietary Information protected under 35 USC 205 and will be provided for the sole purpose of reviewing the requirements under this current solicitation and for manufacturing the Navy Working Uniform required under any contract resulting from this solicitation. Due to the proprietary nature of the cloth specification, prior to releasing a copy of the specification to an interested vendor, the vendor must provide the following certification to the Contracting Officer: "Certification: (Name of Vendor) agrees that Specification NCTRF PD 16-06 will only be used for reviewing the requirements of Solicitation SPM1C1-07-R-0017, or for manufacturing the Navy Working Uniforms required under a contract resulting from this solicitation. The specification will not be used or transferred for any other purpose. (Name of Vendor) further agrees that within 30 days from the date of a contract award announcement under this solicitation, the specification, and all copies of the specification, will be returned to the Contracting Officer, unless the Contracting Officer agrees otherwise." Anticipated Solicitation Issuance Date is on/about 30 March 2007. Please note this date is only an ESTIMATE and NOT a firm solicitation issue date. See Numbered Notes 2 and 9. 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/. 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 Central Contractor Registration (CCR) system. 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 CCR 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). 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), 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.
 
Record
SN01250445-W 20070316/070314220205 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.