Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

84 -- ANTI-GRAVITY SUIT, CSU-13B/P & CSU-15A/P

Notice Date
2/20/2009
 
Notice Type
Presolicitation
 
NAICS
313312 — Textile and Fabric Finishing (except Broadwoven Fabric) Mills
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM1C109R0053-0054
 
Response Due
3/20/2009
 
Archive Date
4/4/2009
 
Point of Contact
Lisa A. Iacono,, Phone: 215-737-8076, Daniel H. Price,, Phone: 215-737-8101
 
E-Mail Address
lisa.iacono@dla.mil, Daniel.Price@dla.mil
 
Small Business Set-Aside
N/A
 
Description
This acquisition is for a three (3) year Indefinite Delivery-Indefinite Quantity contract, including one (1) Base Year, and two (2) one-year Options for the Anti-Gravity Suit, CSU-13B/P and CSU-15A/P. The CSU-13B/P Suit is to be manufactured in accordance with MIL-DTL-83406C and the CSU-15A/P Suit is to be manufactured in accordance with MIL-DTL-81905E. All material shall be contractor furnished. The Government intends to make two (2) awards under separate solicitations for different quantities of the same item. The intent is to have different contractors for each of the separate contracts that will be awarded under the two (2) separate solicitations. In order to ensure that multiple sources are available and to ensure the continuous availability of reliable sources of supply, the Government reserves the right to exclude, under the authority of FAR 6.202(a), an awardee under one or more of these separate solicitations from being eligible for award under this solicitation. This acquisition will be split into two (2) solicitations as follows: Solicitation SPM1C1-09-R-0053 will be Unrestricted and the quantity will represent 60% of the total requirement for the Anti-Gravity Suit, CSU-13B/P and CSU-15A/P. Solicitation SPM1C1-09-R-0054 will be Unrestricted and the quantity will represent 40% of the total requirement for the Anti-Gravity Suit, CSU-13B/P and CSU-15A/P. Solicitation SPM1C1-09-R-0053 which represents 60% of the total requirement will have a Base Year minimum quantity of 1,200 ea; a maximum quantity of 6,000 ea; and an Annual Estimated Quantity (AEQ), the Government’s best faith estimate on the quantity to be ordered is 4,800 for the Base Year. Option Year 1 will have a minimum quantity of 975 ea; a maximum quantity of 4,890 ea and an AEQ of 3,900 ea. Option Year 2 will have a minimum quantity of 810 ea; a maximum quantity of 4,080 ea; and an AEQ of 3,240 ea. Solicitation SPM1C1-09-R-0054 which represents 40% of the total requirement will have a Base Year minimum quantity of 800 ea; a maximum quantity of 4,000 ea; and an Annual Estimated Quantity (AEQ), the Government’s best faith estimate on the quantity to be ordered is 3,200 ea for the Base Year. Option Year 1 will have a minimum quantity of 650 ea; a maximum quantity of 3,260 ea; and an AEQ of 2,600 ea. Option Year 2 will have a minimum quantity of 540 ea; a maximum quantity of 2,720 ea; and an AEQ of 2,160 ea. Deliveries are FOB Destination and the destinations are New Cumberland, PA and Tracy CA. Production Lead Time is 180 days after date of award. First Article Testing (FAT) is required as well as Production Lot Testing. In addition, Qualified Laboratories, Source Sampling, Shade Evaluation, and Certificates of Conformance are required. The proposed acquisition will be awarded utilizing Best Value Source Selection Procedures. Technical factors are considered more important than price and are listed in descending order of importance as follows: (1) Past Performance/Experience and (2) Socioeconomic Considerations. The estimated solicitation release date is March 20, 2009. 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). 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. 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 http://www.dscp.dla.mil/Portal/sreqfrm.aspx
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e05fc97e726d4299bdff0be997106407&tab=core&_cview=1)
 
Record
SN01754331-W 20090222/090220215433-e05fc97e726d4299bdff0be997106407 (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  © 1994-2020, Loren Data Corp.