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
12/22/2006
 
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
19111-5096
 
Solicitation Number
SPM1C1-07-R-0017
 
Response Due
2/26/2007
 
Point of Contact
Sarah Swanljung, Contract Specialist, Phone 215-737-5621, Fax 215-737-7255,
 
E-Mail Address
Sarah.Swanljung@dla.mil
 
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. 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 of 191,340 each in the base term, 188,250 each in Option I, and 128,760 each per term for Options II-IV. The total contract maximum for this item is 3,675,780 each. The Annual Estimated Quantity (AEQ) for the Blouse, Working is 765,203 each in the base term, 752,983 each in Option I, and 514,986 each per term in Options II-IV. Acquisition quantity for Trousers, Working is a minimum of 191,340 pair in the base term, 188,240 pair in Option I, and 128,740 pair per term for Options II-IV. The total contract maximum for this item is 3,675,780 pair. The AEQ for the Trousers, Working is 765,203 pair in the base term, 752,983 pair in Option I, and 514,986 pair per term in Options II-IV. Acquisition quantity for Blouse, Maternity is a minimum of 1,020 each per term. The total contract maximum for this item is 24,480 each. The AEQ for the Blouse, Maternity is 4,080 each per term. Acquisition quantity for Trousers, Maternity is a minimum of 920 pair per term. The total contract maximum for this item is 22,180 pair. The AEQ for the Trousers, Maternity is 3,692 pair in the base term and 3,696 pair per term for Options I-IV. There will be an Unrestricted portion accounting for 60% 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 40% of the total quantities above for Blouses and Trousers. The Set-Aside portion will allow for two awards, one at 25% and one at 15% of the total quantities for Blouses and Trousers. The Government intends to make two (2) to three (3) 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 - four PDMs will be required, two Blouses size 35 Regular and two Trousers size 29 Regular; (2) Past Performance; (3) Socioeconomic Consideration; (4) DLA Mentoring Business Agreement Plan; and (5) Javits-Wagner-O'Day Act Entity Proposal. Delivery will be to Peckham (VSTN), Lansing, MI. 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. Anticipated Solicitation Issuance Date is on/about 27 January 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. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-07-R-0017/listing.html)
 
Record
SN01251397-F 20070316/070314223617 (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.